Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1999 PSA#2396

Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699

C -- INDEFINITE QUANTITY CONTRACT FOR SERVICES REQUIRED FOR WATER QUALITY COMPLIANCE WITHIN AREAS UNDER THE COGNIZANCE OF THE ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND SOL N62470-99-R-3254 DUE 082799 POC Bayla L. Mack, 757-322-8271 -- Mark R. Sanderson, Contract Specialist, 757-322-4164 E-MAIL: Click here to contact Bayla Mack, mackbl@efdlant.navfac.navy.mil. Environmental Engineer, Architect-Engineer and/or Engineering Services are required to address environmental tasks under the Atlantic Division, Naval Facilities Engineering Command's area of responsibility associated with water quality compliance, water quality management, pollution prevention and industrial wastewater treatment/pretreatment. The preponderance of work on this contract is anticipated to occur in the mid-Atlantic region; however the area of responsibility under the contract will include Continental United States and Puerto Rico. Knowledge of all applicable Federal, State, and local laws and regulations associated with water and wastewater is required. This includes but is not limited to the Federal Water Pollution Control Act, National Pollutant Discharge Elimination System (NPDES), EPA effluent guidelines, and Pretreatment Regulations. Typical taskings may include any of the following: water quality evaluations, impact assessments, and waste load allocation determinations; mixing zone studies and dilution modeling (with some emphasis on tidally influenced receiving waters); wastewater and storm water characterizations; chemical and biological analyses of wastewaters, receiving waters and sediments, including ability to conduct assessments utilizing "clean" chemistry techniques; industrial and domestic wastewater treatment process evaluations, operator training programs, operation/maintenance manuals, source surveys, and treatability studies; development of relational databases, and Geographic Information Systems (GIS) related to management of environmental programs; development of best management practices, pollution abatement and management action plans; preparation of reports and applications to be used in compliance and permit negotiations with regulators; and preparation of detailed construction scoping documents with budget estimates and witness data sketches (DD Form 1391). Taskings may have very short time frames as they result from enforcement actions directed to Navy or Marine Corps permittees by regulators. Additional Water Quality compliance work may be added to the contract without further advertisement. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all environmental engineering services and optional services. Evaluation factors (1) through (5) are of equal importance; factors (6), (7) and (8) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience -- Firms and consultants (if proposed) will be evaluated in terms of their recent experience (last 5 years) in performing environmental services associated with client compliance with the Clean Water Act. Specialized experience is required in water quality evaluations and waste load allocation determinations; mixing zone studies and dilution modeling (with emphasis on tidally influenced receiving waters); wastewater and storm water characterizations; chemical and biological analyses of wastewaters, receiving waters and sediments, including demonstrated expertise with the use of "clean" chemistry techniques; industrial and domestic wastewater treatments process evaluations, source surveys, and treatability studies; application of GIS/MIS; and development of best management practices and pollution abatement plans. Demonstrated expertise with regulatory aspects of the Clean Water Act is required including but not limited to effluent guidelines, NPDES pretreatment program development and regulation, water quality standards, understanding of Total Maximum Daily Load development, and non-point source pollutant control/management; (2) Professional qualifications of the technical staff in the type of work identified in factor 1 -- Firms will be evaluated in terms of: (a) active professional registration of the engineering/technical staff including professional registration in Puerto Rico; (b) experience of the technical staff in performing the services described in factor 1; (c) familiarity with the Clean Water Act, NPDES regulations, Pretreatment regulations, and related State regulations, as well as Resource Conservation and Recovery Act (RCRA), Hazardous Waste regulations and related State regulations; and (d) prior demonstrated experience with proposed consultants; (3) Continuity of Service -- firms will demonstrate the capability to provide backup staffing for key personnel to ensure continuity of service and ability to increase project staffing to meet unexpected project demands. Firms should assume the need to staff up to five simultaneous taskings; (4) Past performance -- Firms will be evaluated on their past performance with this Command and with other DOD agencies and private companies in terms of demonstrated long term business relationships and repeat business (with emphasis on projects addressed in factor 1). Firms will also be evaluated on their demonstrated history of meeting negotiated project schedules and producing high quality work; (5) Quality Control Program -- Firms will be evaluated on the acceptability of their internal quality control program used to assess technical accuracy in reports, to assure overall coordination between engineering and technical disciplines, and their means of ensuring quality services from their subcontract laboratories; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) -- Firms will be evaluated on their location with respect to the general geographical area of the contract (primarily Virginia, North Carolina and Puerto Rico) and their knowledge of local codes, laws, permits and construction materials and practices of the areas; (7) Volume of Work -- Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan -- Firms will be evaluated on the extent to which offerors identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution in performance of the contract, whether as joint venture, teaming arrangement, or subcontractor. The following are the published SECNAV goals for small business subcontracting support: Small Business (SB) -- 62% Small Disadvantaged Business (SDB) -- 12%; Women-owned Small Business (WOSB) -- 5%; Historically Black Colleges and Universities/Minority Institutes (HBCU/MI) -- 5%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) the Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes four (4) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $5,000,000; however, the yearly maximum may total up to $2,500,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is November 1999. -- Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", and "TECHNICAL ROLE". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 27 August 1999 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to thisadvertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. -- This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. -- The small business size standard classification is SIC 8711 ($4,000,000). -- This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24. Posted 07/23/99 (W-SN358113). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0017 19990727\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page