Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26, 2001 PSA #2965
SOLICITATIONS

C -- INDEFINITE QUANTITY SOLICITATION FOR STORM WATER SYSTEMS AND STORM WATER PROGRAM PHASE II IN THE SOUTHERN DIVI SION AREA OF RESPONSIBILITY

Notice Date
October 24, 2001
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, N orth Charleston, SC, 29406
ZIP Code
29406
Solicitation Number
N62467-01-R-0434
Response Due
November 13, 2001
Point of Contact
Frances Mitchell, Management Assistant, Phone 843-820-5749, Fax 843-820-5853, Email mitchellfj@efdsouth.navfac.navy .mil
Description
Work includes study, evaluation, and/or design of storm water systems and Storm Water Program Phase II within the geog raphical regions of Southern Division and EFA Midwest: Alabama, Arkansas, Colorado, Florida, Georgia, Illinois, Indiana, Iow a, Kansas, Kentucky, Louisiana, Michigan, Minnesota, Mississippi, Missouri, Montana, Nebraska, North Carolina, North Dakota, Ohio, Oklahoma, South Carolina, South Dakota, Texas, Wisconsin, Wyoming and Andros Island, Bahamas. The contractor may also , on occasion, be tasked to provide the services described herein to any DOD or other Federal agency activities worldwide. T hese projects will be assigned on an exception basis, and will be used, for example, to take advantage of the contractor's s pecialized expertise to address unique technical problems, and where necessary, undertake expedited response action, as dete rmined by the Contracting Officer on a case-by-case basis. Work pertaining to storm water systems may include preparation an d revision of Storm Water Management Plans and Storm Water Action Plans for Storm Water Management Programs at military faci lities classified as Small Municipal Separate Storm Sewer Systems (MS4?s). Required services may include: development of co mputerized mapping of storm drainage systems and facilities associated with Small MS4?s and industrial activities, assessmen t of potential storm water pollution sources, illicit discharge investigations to identify cross connections and sources of industrial wastewater, development of Best Management Practices (BMPs), development training for base personnel, development of storm water public education and outreach programs, development of storm water public involvement programs, development of construction site runoff control programs, development of post construction runoff controls programs, development of stor m water good housekeeping programs, performance of annual facility site compliance evaluations, storm water sampling and ana lysis, preparation of permit applications, preparation and revision of storm water pollution prevention plans, preparation a nd revision of storm water management programs, preparation of military project planning documentation (DD Form 1391) to imp lement structural BMPs, and development of relational databases which can be linked to storm water drainage, sanitary sewer and other utility mapping and informational systems to form a geographic information system (GIS) for effective source contr ol and storm water program management. Taskings may have very short timeframes as they can result from enforcement actions d irected to Navy or Marine Corps permittees. Additional storm water work may be added to the contract without further adverti sement. In addition to services described above, work pertaining to storm water systems during the life of the contract may also include developing/modifying AUTOCAD or Micro-Station drawings to be compatible with AutoCAD 2000; preparing plans and specifications with construction cost estimates; obtaining environmental permits; reviewing shop drawings; providing constru ction consultation and construction or Title II inspection services; and preparing construction record drawings. Projects li sted in Section 8 of the SF 255 should not be slanted to the above-described work. Interested firms should be capable of obt aining security clearances, if required. Contract award is contingent on availability of funds. The total value of each cont ract will not exceed $5,000,000. A minimum guarantee of $20,000.00 is payable for the life of the contract. The contract per iod is one year with four one-year options for the complete services described above. The following criteria, listed in orde r of importance, will be used in the selection process: 1. SPECIALIZED EXPERIENCE: Recent experience of the proposed team in : a) Knowledge of Phase II Storm Water Regulations and experience with the six minimum control measures; b)Storm Water Manag ement Plans; c) Storm Water Action Plans; d) Storm Water Pollution Prevention Plans; e) NPDES and environmental permitting, as applicable, for storm water systems primarily at military installations; f) Investigation and evaluation of illicit disch arges primarily at military installations; g) Engineering evaluation and development of structural and nonstructural best ma nagement practices for storm water quality control primarily for military installations; h)Evaluation of wastewater and stor m water collection and treatment systems; i) Design of storm water systems; j) Preparation of military project justification s (DD Form 1391) with associated cost estimates and witness data sketches; k) Experience with creating and supporting integr ated informational management systems for the management of storm water pollution, including Geographic Information Systems (GIS) applications and relational databases. 2. PROFESSIONAL QUALIFICATIONS: a) Experience (with present and other firms) an d roles of staff members specifically on projects addressed in evaluation factor number one; b) Technical qualifications of the firm's team members to provide management/pollution prevention plans for MS4s, industrial, and construction storm water systems; c) Experience with and knowledge of environmental regulations, particularly with the Storm Water Phase II regulatio ns and the Clean Water Act; d) Knowledge of Navy regulations and design criteria through recent design experience; e) Profes sional registration of the engineering staff which includes states within the geographical regions previously listed; f) The firms capability to provide backup staffing for key personnel to ensure continuity of service and the ability to increase p roject staffing to meet unexpected project demands. It will not be necessary for prospective firms to hold registrations in all 26 states at the time of submission of the SF 255, but the ability and willingness to obtain registration where it is n eeded will be considered in evaluating qualifications. 3. PAST PERFORMANCE: Past performance/ratings of government agencies (Federal, state, local) and private industry contracts in terms of cost control, quality of work, and compliance with perfor mance schedules. 4. CAPACITY: Professional ability to perform multiple projects simultaneously; and b) Ability to sustain th e loss of key personnel without adverse impact upon assigned tasks. 5. LOCATION: Location of the firm(s)in relation to the S outhern Division geographic region in order to ensure timely response to unanticipated requests for on-site support. 6. VOLU ME OF DOD WORK: Firm(s)will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve month s with the objective of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTO R UTILIZATION: Team will be evaluated on the extent to which potential contractors identify and commit to small business and to small disadvantaged business, historically black colleges and universities, or minority institutions in performance of t he contract, whether as a joint venture, teaming arrangement, or subcontractor. In order to assist the committees to more ef ficiently review all applications, a summary of experience, proposed team staffing and depth of additional staff support is requested as part of or in addition to the SF 255, as follows: 1. Summarize in descending order of significance, at least th ree of your most relevant projects for the type projects required under the experience category. For each of the presented p rojects give the following information where applicable: a) costs; b) Project team members that worked on the project; Summa rize proposed team in tabular form with the following data: a) firm name; b) individual's name; c) work history with individ ual consultant firm; d) office location (home or branch office); e) Professional degree(s), and date(s); f) Professional Reg istration(s), date(s)and state(s); g) assigned team responsibility; h) percentage of time committed to this team; and,i) syn opsis of experience including firm name(s), years with each firm, and type of experience with each firm. 3. List number of i ndividuals in each discipline NOT assigned to proposed team who could be used to augment the proposed team (in event of loss of personnel or failure to maintain schedules. 4. A-E's responding should prepare to provide their Quality Assurance Projec t Plan (QAPP) prior to selection once a short list has been approved. The QAPP will include an explanation of the management approach, an organization chart showing inter-relationship of management and team components, and specific quality control process used; a listing of present business commitments with their required completion schedules; financial and credit refer ences (include name and telephone numbers of officers at their financial institutions), and performance references other tha n Southern Division, Naval Facilities Engineering Command (include 3 or more with names and telephone numbers of the contrac t administrators). For consideration, provide ONE original UNBOUND SF 255 and SF 254 for the prime and one SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 25 pages (8.5x11 one sided), with print size not smaller than 12-pitch font . The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on Tuesday, 13 NOVEMBER 2001. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 25 4s already on file will be used. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order t o participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telefax numbers, ACASS and e-mail address in Block 3a and the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identificatio n Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (f ormerly SIC) is 541330 and Size Standard is $4M. Label lower right corner of outside mailing envelope with "A-E Services, 01 -R-0434. This is NOT a request for proposal. Site visits will not be arranged during advertisement period. Submittals should be addressed to: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 (P.O. Box 190010, North Charleston, SC 29419-9010). Address all responses to ATTN: Code ACQ13FM.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62467/N62467-01-R-0434/listing.html)
Record
Loren Data Corp. 20011026/CSOL005.HTM (A-297 SN5114O9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 24, 2001 by Loren Data Corp. -- info@ld.com