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