Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2002 FBO #0341
SOLICITATION NOTICE

C -- IQ ENVIRONMENTAL SERVCES WITH EMPHASIS ON EMS IMPLEMENTATION AND MAINTENANCE, ENVIRONMENTAL EQ PROGRAM SUPPORT, NAVY EQA SOFTWARE SUPPORT, AND EPCRA AND HM MANAGEMENT SERVICES SUPPORT FOR NAVFAC

Notice Date
11/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N62477-03-D-0152
 
Point of Contact
Brian Ellis, Contract Specialist, Phone 202-685-5069, Fax 202-433-6193, - Melissa Rivera, Contract Specialist, Phone 202-685-3155,
 
E-Mail Address
ellisbr@efaches.navfac.navy.mil, riverame@efaches.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement contract is a set-aside for small business concerns. Large businesses will not be considered. The North American Industry Classification System (NAICS) code is 541620. The size is $6.0 million annual average. Firm, fixed price Architect-Engineering (A/E) Services are required under this Indefinite Delivery Indefinite Quantity (IDIQ) contract for implementation and support of Environmental Management Systems (EMS), the Environmental Quality Assessment Program (EQA), the Navy Environmental Software (NES), and Emergency Planning Community Right-to-Know Act (EPCRA), Pollution Prevention, and Hazardous Material Management Services in the Eastern United States, primarily in the Washington DC area. The government's preference is to award to one firm; however, given the technical complexity of the contract, if there are not enough qualified candidates, the government reserves the right to award two contracts. The objective is to provide services in support of the Navy's EMS/EQA Program, the EPCRA, Pollution Prevention, and Hazardous Material Management Programs. A secondary requirement will be for general Environmental Engineering Services for all environmental regulations. Required services include: maintenance and update of Navy EQA Software (NES) and checklists; developing and/or reviewing environmental policies; conducting gap analyses; conducting environmental surveys to complete an aspect analysis for all environmental processes, operations, sites, equipment, and waste streams at an installation; determining significance of impacts; prioritization of identified environmental aspects; recommending objectives and targets to ensure commitment to environmental policies; and developing or utilizing existing databases to provide for storage/analysis of EMS information and for EQA program support. Other requirements include development of standard operating procedures (SOPs); point of use checklists; developing policy and planning documents; and implementing management systems designed to enhance and improve the environmental compliance programs and environmental performance at naval installations within Naval Facility Command's (NAVFAC) area of responsibility. The A/E shall also conduct EMS reviews/audits as well as implementation and/or progress reviews to examine the management systems at the installations to ensure they conform to a specified standard, such as ISO 14000, the Navy EMS policy issued by the CNO (OPNAVINST 5090.1B), EQA/EMS guidance manual or any other standards as designated by Navy technical personnel. The A/E may be asked to develop a report (or provide specific input) to document the effectiveness of a base's EMS once the EMS review/audit has been completed. The input or report may also recommend continuous improvement measures necessary. Other required services may include developing and providing training in support of the EMS/EQA development/implementation. The A/E should also be prepared to provide support to naval activities for the Navy's Environmental Quality Assessment program, along with developing and/or reviewing an Internal Assessment Plan (IAP) as well as an External Assessment Plan (EAP). The A/E may be required to provide technical support to Navy assessment teams conducting compliance reviews to identify symptoms of ineffective management processes; assisting the Navy during external assessments to review management concepts, EMS activities, and compliance programs. The A/E may be required to prepare a report or to provide input for a report developed by the Navy assessment team to document the base's compliance programs and/or EMS program. The A/E may be required to perform other tasks in support of the EQA/EMS program. Maintenance of the NES may include, but is not limited to, writing or modifying computer coding, updating and creating checklists for federal, state, and local regulations; adding features to the software; modifying software functions; and maintaining the software for compliance and EMS evaluations. The NES checklists shall be capable of being imported into the NES. Other required tasks may include providing training for NES, maintaining a website for NES software, technical assistance, and keeping the information in the software current. In addition, A/E Services are required for the EPCRA, Pollution Prevention, and Hazardous Material (HM) Management related services and support in the eastern United States, primarily the Washington, D.C., metropolitan area. The objective is to provide support and services for all EPCRA, Pollution Prevention, and HM Management related issues. Required services include, but are not limited to: investigations, data gathering, documentation, regulations, guidance, program reviews, reporting relating to EPCRA sections 301 through 313, and Hazardous Materials Management. Services to support Hazardous Minimization or CHRIMP type facilities and processes may be requested along with support relating to Hazardous Substance Management Systems, Authorized Use Lists, Material Safety Data Sheets and other HM program areas. The A/E may be asked to support training needs, including development of tools and training materials. The A/E should a provide a report which reviews pertinent regulatory and resulting documentation demonstrating compliance with EPCRA, Sections 311, 312 and 313. Services for the Pollution Prevention Program include, but are not limited to, development of Pollution Prevention Plans and periodic updates and assistance with implementing Pollution Prevention Plans including, but not limited to: development of training packages and instructional materials such as posters, videos, manuals, etc.; modifying structures and utilities necessary to implement pollution prevention recommendations; training workers in the use of new equipment or materials; analysis of facility requirements to implement recommendations; assistance with implementing data tracking systems; research, development, testing and evaluating the technical feasibility of recommendations; evaluating the cost effectiveness of recommendations; developing employee incentives programs; assistance with establishing hazardous material central issue points. The selected A/E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within ten days after receiving notification. In addition, the selected A/E contractor will be required to participate in an orientation and site visit meeting (when requested) within seven days of notification for each project and provide each fee proposal within ten days after receiving the Request for Proposal (RFP) and Scope of Work (SOW). Each project will be a firm fixed price A/E service contract. The duration of the contract will be for the period of one year, with the possibility of four one-year options. Environmental services for these contracts will be subject to the availability of funds. The total contract amount for the contract will not exceed $5 million. Should the government exercise its right to award two contracts, each contract shall not exceed $500,000 per year, per contract. The estimated start date is February 2003. The A/E firms shall respond directly to each of the selection criteria shown below. Selection evaluation criteria are indicated in relative order of importance. Specific evaluation factors include 1. Specialized Experience - Firms, and any sub consultants proposed, will be evaluated in terms of their experience over the last five years in performing: 1.a. Environmental management systems implementation and auditing, Navy EMS Policy, Navy EQA/EMS guidance, and Navy NES expertise; b. Emergency Planning Community Right-to-Know Act (EPCRA), Pollution Prevention, and Hazardous Material (HM) Management, as described in this announcement. Also, given the contract area (1.a. and 1.b.), firms will be evaluated based on their knowledge of local codes, laws, and regulations as they apply to Navy and Marine Corps facilities. 2. Professional qualifications of the technical staff in the type of work identified in factor one - Firms will be evaluated in terms of professional qualifications and technical competence of the technical staff in the type of work required. This will be determined based on: a. Experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor one; b. Familiarity with OPNAVINST 5090.1B, environmental regulations, the Navy EQA/EMS guidance manual, Navy EMS Policy, Executive Order 13148, CEMP, ISO 14000, EMAS, or other EMS standard, EPCRA, Pollution Prevention, and hazardous material regulations. 3. Capacity to accomplish work: The firms must demonstrate capability to perform the work in required time frame and ensure availability of key personnel and ability to provide project staffing to perform up to five simultaneous taskings. 4. Past performance: Firms (and their sub contractors) will be evaluated on their past performance and process with this command and with other DoD agencies and private companies in the following terms: a. Superior performance evaluations; b. Repeat business (with emphasis on projects addressed in factor 1). 5. Preference will be given to firms within a 150-mile radius around the Engineering Field Activity Chesapeake, Washington Navy yard. Firms that meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and SF 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. Interested firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3 and 1, respectively. Interested firms are also requested to include their A/E Contractor Appraisal Support System (ACASS) number on the SF 255 in Block 3. 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 SF 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 EFA CHES throughout the contract work must be identified as the Project Manager. Information in the cover letter and any other attachments will not be included in the official selection review process. Submit (received by mail or hand delivered) the SF 254 and 255 to the mailroom in the EFA CHES building, Building 212, by 3:30 p.m. on the established due date. Fax and electronic copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Effective 1 October 1997, A/E contractors are now required to register their firms in the Central Contractor Registration 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 to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. 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 (Attn: Code CH24), Washington Navy Yard, Building 212, 1314 Harwood St., SE, Washington Navy Yard, DC 20374-5018. Please submit inquiries about this contract will be through e-mail.
 
Place of Performance
Address: Various location within EFA-Chesapeake
 
Record
SN00200929-W 20021108/021106213517 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.