COMMERCE BUSINESS DAILY ISSUE OF APRIL 13, 2001 PSA #2829
SOLICITATIONS
C -- IDIQ FOR AIR QUALITY AND OTHER ENVIRONMENTAL COMPLIANCE STUDIES
- Notice Date
- April 11, 2001
- Contracting Office
- EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, DC 20374-5018
- ZIP Code
- 20374-5018
- Solicitation Number
- N62477-01-D-0096
- Response Due
- May 14, 2001
- Point of Contact
- Christine M. Owens, (202) 685-8221
- E-Mail Address
- click here to contact the Contract Specialist via (owenscm@efaches.navfac.navy.mil)
- Description
- 17. Attention: This procurement is open for response from all firms. However, small business contractors will have first priority. Should we not receive adequate competition, (3 or more qualified firms establishes adequate competition), from qualified small business firms, the procurement is automatically converted to an Unrestricted procurement and all responses received will be reviewed. FAR Clause 52.219-14 Limits on Subcontracting applies to this acquisition. In part, the clause states that ".....at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." The NAICS code is 541330 with a size standard of $4M. A-E services are required in order for Navy and Marine Corps activities to meet their statutory compliance requirements for all of the applicable environmental laws and regulations pertaining to environmental studies and other support services for air, water, hazardous materials, hazardous waste, solid waste, and petroleum, oils and lubricants (POL), and pollution prevention. The majority of the work is expected to include the full range of environmental engineering for surveys, training, studies, and designs covering compliance requirements under the Clean Air Act Amendments of 1990 (CAAA-90). The Contractor shall provide engineering services such as, but not limited to: development of permitting documentation and support to obtain local, state, and/or federal air permits (including Title V and Title III Requirements of CAAA-90), Air Pollution Abatement Plans, Conformity Analyses, New Source Review Plans, Air Toxic Emissions Inventory Reports, Air Toxic Health Risk Assessments, Air Toxic Risk Reduction Audit and Plans, Public Notification Plans, Air Emission Control Plans, Asbestos and Radon Studies, Surveys and Reports, Radon mitigation projects, Ozone Depleting Substances (ODS) substitution studies, Risk Management Plans, Preparation and Updates to Air Emissions Inventories for Criteria Pollutants and Hazardous Air Pollutants (HAPs) including emissions from non-permitted sources, National Emission Standards for Hazardous Air Pollutants (NESHAP) compliance plans, Source Testing, Air Dispersion Modeling, Emission Source Testing including protocols, data interpretation and reporting, Best Available Control Technology (BACT) & Lowest Achievable Emission Rate (LAER) studies and reports, Emission Reduction Credits and conformity analyses. Work is also expected to cover a full range of environmental engineering services covering compliance requirements, such as, but not limited to, the Clean Water Act (CWA), Safe Drinking Water Act (SDWA), Hazardous Material and Waste, Polychlorinated Biphenyl (PCBs), Underground Storage Tanks (USTs), Lead and Asbestos Abatement, Energy Analyses, Spill Contingency Planning (SCP), Integrated Contingency Plan (ICPs), Solid Waste Disposal Act (SWDA), Toxic Substance Control Act (TSCA), Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA), Superfund Amendments and Reauthorization Act of 1986 (SARA), Resource Conservation and Recovery Act (RCRA), and Emergency Planning and Community Right to Know Act (EPCRA). The work may also include support for the Navy's Environmental Quality Assessment Program such as conducting training, compliance assessments and environmental management system reviews and guidance document development. The contractor shall provide these services at U.S. Navy, Marine Corps, and other government facilities as required, predominantly in Maryland, Virginia and the District of Columbia. The contract will be awarded as a firm fixed-price, indefinite delivery, indefinite quantity contract. The total contract amount will not exceed $5,000,000, $1,000,000 for the base year and $1,000,000 for each of the four potential one year-options. The estimated start date is September 2001. The selected A/E firm for this contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 7 days after receiving the Request for Proposal (RFP). The selected firm will also be required to participate in an orientation and site visit meeting within seven days of the notification and provide a fee proposal with 10 days after that meeting. Selection evaluation criteria, in relative order of importance are included below: (1) Recent specialized experience of the firm and/or proposed consultants in performing simultaneous projects for environmental studies and other support services for the contract requirements as described above. The firm shall include recent experience in the area of pollution prevention plans, operation and maintenance manuals, permit application (include construction projects), and such field work as inspections, testing, sampling, and briefing/presentations for the work described herein. The firm shall address its computer capabilities and their application in the above described work, such capabilities and applications relating to programming, developing relational databases, word processing, associated GIS mapping, and off-the-shelf environmental software. Do not list more than ten (10) projects in block 8. (2) Professional qualifications and capabilities of the staff to be assigned to this contract. Include experience in performing field investigations and preparing studies/analyses/plans relating to environmental studies and other support services for the contract requirements as described above including but not limited to compliance with laws and regulations for air, water, hazardous materials, hazardous waste, solid waste, and petroleum, oils and lubricants (POL), and pollution prevention, associated GIS mapping, obtaining environmental permits and interfacing with regulatory agencies (Federal/State/Local). List only the team members who actually will manage and perform major tasks under this contract. Identify and specifically relate each staff member's experience with the areas of expertise identified above. (3) Demonstrate capabilities in sustained accomplishments of work within established time limits for multiple and simultaneous delivery orders. Indicate the firm's present workload and the availability if the project team (including consultants) for the specified contract performance period. Indicate specialized equipment available and prior security clearances. (4) Past performance and process of the prime A/E firm (and subcontractors) in the firm's quality control/quality assurance program to assure coordinated technically accurate study results, recommendations, plans, specifications, and construction cost estimates. Document recent awards and commendations. (5) Preference will be given to firm with prior experience, first in Navy/Marine Corps environmental program, and second in other US governmental agency environmental programs. (6) List the small, small disadvantaged, or woman-owned small business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% to small disadvantaged business and 5% to women-owned small business of the amount to be subcontracted out. (7) Preference will be given to firms within a 100 mile radius of the Engineering Field Activity Chesapeake, Washington Navy Yard and have knowledge of the general locality of the project areas, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the projects; Each firm's past performance and performance rating will be reviewed during the evaluation process and can affect the selection outcome. Firms that meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Firms having a current SF 254 on file with this office may also be considered. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC) -- formally the DUNS number, and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3a and 1, respectively. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 and 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A-E firm's primary person proposed to be the direct contact with EFACHES throughout the contract work should be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection process. Submit the SF 254 and 255 to the mail room in the EFACHES building, Building 212, Washington Navy Yard, by 3:30 p.m. on the established due date. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. The selected firm may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO compliance is required. Because this contract acquisition could result in an award over $500,000.00, a subcontracting plan will be required by the selected firm if the firm is a large business concern. Firms are requested to include a statement of their small business and small disadvantaged business percentage goals in block 6 of their SFD 255. The small disadvantaged business set-aside goals in that subcontracting plan shall not be less than 5 percent of the subcontracted work. This set-aside goal of not less than 5 percent also applies to women-owned small business concerns. This does not apply if the prime firm is a small business concern. Effective 1 October 1997, A/E contractors are required to register their firms in the Central Contractors database prior to receiving a contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal Agencies to have the Taxpayer Identification Number of every contractor and pay contractors through electronic funds transfer. A/E Contractors will only have to provide this information for the initial contract and provide annual updates or as key information change. Registration can be accomplished through the World Wide Web at http://www.acq.mil/ec; through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake, 1314 Harwood Street S.E., Washington, DC 20374-5018. See Note #24.*****
- Record
- Loren Data Corp. 20010413/CSOL001.HTM (W-101 SN50I9D8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on April 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|