Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
MODIFICATION

B -- Storm Water Comprehensive Site Compliance Evaluation

Notice Date
3/26/2008
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
 
ZIP Code
23665
 
Solicitation Number
Reference-Number-F2Q3658059A002
 
Response Due
4/8/2008
 
Archive Date
4/23/2008
 
Point of Contact
Collin Christopherson, Contracting Specialist, Phone 757-764-2241, Fax 757-225-7443, - Sheila ReshardBryant, Contracting Officer, Phone 757-764-5520, Fax 757-225-7443
 
E-Mail Address
collin.christopherson@langley.af.mil, sheila.reshardbryant@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
*****All previous editions are obsolete. Contact Lt Christopherson for updated Attachments 1 and 2 and FAQ's.***** This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is F2Q3658059A002 and is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) is 541620. This requirement is a total (100%) Small Business Set Aside. SPECIFICATIONS: Storm Water Comprehensive Site Compliance Evaluation for Langley Air Force Base. 1.0 INTRODUCTION 1.1 General The Virginia Department of Environmental Quality (VDEQ) issued Langley Air Force Base (AFB) a Virginia Pollutant Discharge Elimination System (VPDES) Individual Permit for Industrial Storm Water Discharges in May 2005. The permit requires Langley AFB to perform an annual Comprehensive Site Compliance Evaluation (CSCE). This evaluation ensures that the Base remains compliant with the permit?s requirements and the guidelines prescribed in the Storm Water Pollution Prevention Plan (SWPPP). 1.2 Scope The purpose of this work is to perform the annual CSCE as required by the Base?s existing individual storm water discharge permit (VA0083194). The completed document should be designed and tailored for its intended audience, being as brief as possible but still presenting the required information in a readily accessible manner. The project shall be accomplished in three phases. Phase I shall be the Kick-off Meeting. Phase II shall encompass visual inspections of the individual base industrial activities, outfalls, and erosion and sediment control sites to perform the CSCE. Phase III is the preparation of the CSCE report. The contractor shall furnish all materials, equipment, supplies, personnel, transportation, and all other resources necessary, to perform a CSCE, evaluate the efficiency of current storm water Best Management Practices (BMPs) identified during the site evaluation. 1.3 Applicable Laws and Regulations ? Occupational Health and Safety Administration, Title 29, Code of Federal Regulations, Part 1910.120, July 1, 1994. ? Clean Water Act (as amended); 40 CFR 122. ? DOD Directive 6050. 1: Environmental Effects in the United States of DOD Actions, July 1979. ? Langley AFB Virginia Pollutant Discharge Elimination System Permit (No. VA0083194), 2 May 2005. ? 9 VAC 25-31-10 et seq. ? Virginia Pollutant Discharge Elimination System (VPDES) Permit, 11 April 2001. Regulations and permits for Virginia may be more stringent than the federal laws and must be considered in assessments. In addition, contractor must ensure that CSCE requirement meets all Air Force requirements, and appropriate regulatory guidance, to include but not limited to: ? Air Force Center for Environmental Excellence, Installation Stormwater Pollution Prevention Guide, updated May 1997. ? Air Force Instruction (AFI) 32-7041, ?Water Quality Compliance,? 13 May 1994. ? AFI 32-7080, ?Pollution Prevention Program,? 12 May 1994. ? Air Force Policy Directive (AFPD) 32-70, ?Environmental Quality,? 20 July 1994. ? Executive Order 12088, ?Federal Compliance with Pollution Control Standards,? 13 October 1978. ? United States Environmental Protection Agency, Storm Water Management for Industrial Activities, Developing Pollution Prevention Plans and Best Management Practices (EPA 832-R-92-006). 2.0 PROJECT ADMINISTRATION AND MANAGEMENT 2.1 Government Furnished Material The Government will supply the contractor upon request with available copies (either hard copy or electronic file) of engineering drawings of the installation?s storm sewer system including outfalls, monitoring stations, previous CSCE reports or related engineering studies, operating records and analytical results, and other documents that may be of value in defining the installation?s SWPPP issues. The contractor shall reproduce these documents and return the originals to the government within 72 hours of issue. 2.2 Points of Contact - See Below 2.3 Site Visits and Meetings - Agenda and Responsibilities Site visits and meetings are to be combined whenever possible. The contractor shall prepare a meeting notice and agenda for each meeting attended by the contractor. In addition to developing an agenda, the contractor shall prepare a presentation, appropriate for the occasion, and handle the administrative details of the meeting. The administrative details the contractor shall perform, with assistance from the COTR, include: set the time and secure the location of the meeting, notify potential attendees of the meeting arrangements, pass out an attendance sheet at the meeting, take notes of salient points of the meeting, prepare and distribute a conference report on the meeting to all attendees within 14 calendar days of the meeting and revise the conference report should the government request it. 3.0 ENVIRONMENTAL COMPLIANCE TASKS 3.1 Phase I: Kick-Off Meeting The contractor shall initiate the project with a kickoff meeting at Langley AFB, VA. This kickoff meeting shall cover the CSCE requirement. During this meeting, the contractor shall introduce the personnel proposed to work on the CSCE and their respective roles and responsibilities. The presentation shall be complete upon submission, by the contractor, of an organization flow chart illustrating the roles and responsibilities of contractor personnel on these projects. During this meeting, the contractor shall present his approach to both projects. The contractor shall present proposed outlines, formats, and contents for the CSCE and demonstrate how this approach will best meet the goals of the project. Also, the proposed agenda for the first meeting with the VDEQ regulators will be presented and discussed at this time. The contractor shall coordinate with 1 CES/CEVC to develop the agenda. 3.2 Phase II: Site Visits The contractor shall visit each individual base industrial activity to perform a Comprehensive Site Compliance Evaluation. The evaluation shall provide the following information and documentation: ? A visual inspection of areas contributing to storm water discharges associated with industrial activity. The purpose being to identify existing and potential sources of pollutants entering the storm sewer system. ? An evaluation of measures to reduce pollutant loadings to determine if existing controls are adequate and properly implemented in accordance with the terms of the permit or whether additional measures are needed. ? Structural storm water management measures, sediment and erosion control measures, and other structural pollution control measures identified in the plan shall be observed to ensure they are operating properly. ? A visual inspection of equipment needed to implement the plan, such as spill response equipment, shall be made. ? Based on the results of the inspection, the description of potential pollutant sources identified in the plan and pollution prevention measures and controls identified in the plan shall be revised as appropriate. This task shall be accomplished in conjunction with Air Force personnel. This approach allows the contractor to validate existing information and discuss additional modifications or improvements that can be incorporated into the CSCE. A few of the industrial activities may require contractor support to update the information in the tables, but this will be a minimal requirement. Phase II will require the site visits of 55 Buildings, 33 Erosion and Sediment Control Sites, and 11 Outfalls 3.3 Phase III: Comprehensive Site Compliance Evaluation and Report The contractor shall compile the information from the site visit and summarize it into a report. The report shall contain the following information and documentation: ? A summary of the scope of the inspection, personnel making the inspection, dates of inspection, and major observations relating to the implementation of the SWPPP. ? Identification of any incidents of non-compliance. If no incidents of non-compliance occurred, the report shall provide a certification that the facility is compliant with the SWPPP and the individual permit. ? A signature page, in accordance with 40 CFR 122.22. 4.0 CONTRACT DELIVERABLES AND SUBMITALS 4.1 Status Report The contractor shall submit monthly progress reports via electronic mail, which identify the status of the work performed and estimates the progress completed, expressed as a percentage. The progress report shall include a brief narrative, addressing the major work items, as well as a time-scaled bar chart or CPM design schedule showing the sequence of the events involved in carrying out the project within the specified period of performance. The chart should provide a general level of scheduling with planning efforts focused on identifying major items that most often control the flow of work. This schedule should also be a forward planning monitoring tool with milestone submittal dates clearly identified. The monthly report shall be submitted to the COTR and contract administrator until the project is at closeout as specified by the contracting officer. 4.2 Submittal Quantities and Payment-Monitoring Plan The table at Attachment 1 contains the deliverable schedule. Attachment 2 contains the payment-monitoring plan. 4.3 Letter of Submittal The contractor shall prepare and submit a cover sheet ?Letter of Transmittal? for each submittal other than the monthly report. At a minimum, the letter shall include the following information: a. Contract and delivery order number b. SOW reference c. Date of submittal d. Brief description of item(s) being submitted e. Contractor?s point of contact Unless otherwise specified in the SOW, only a copy of the transmittal letter shall be submitted to the contracting officer. This transmittal letter shall be submitted to the contracting officer concurrently with the submittal of the associated deliverable item to the COTR. 4.4 Executive Summary There is no executive summary requirement for this project; however, the contractor shall provide a comment/response matrix in the final deliverable illustrating how review comments were incorporated into the final report. 4.5 Digital Format 4.5.1 Paper Copy Submittals This submittal shall include the final version of the 2008 CSCE. 4.5.2 Electronic Copies The contractor shall supply two electronic copies of the final submittal. That submittal shall be presented on contractor supplied CD-ROMs and shall be in a format compatible with the Microsoft Office Suite currently deployed at 1 CES. Maps and drawings shall be supplied in a version of AutoCAD, or compatible, format as currently deployed at 1 CES. 4.6 Transportation Methods and Review Times for Deliverables The contractor shall hand deliver, or email, the CSCE at each stage of completion. The contractor shall prepare and forward a meeting notice and proposed agenda to the COTR, so that it arrives at least seven calendar days before any scheduled meeting. The contractor shall schedule meetings to allow at least 14 calendar days for government review of draft documents prior to a review meeting. The contractor shall not send final reports by facsimile. The contractor shall also brief the COTR on the regulations cited in this SOW to ensure the Base remains current with regulatory changes. 4.7 Schedule The contractor shall complete all required tasks no later than one year after the contract award date. Task specific due dates are listed in Attachment 1. Please contact the Contract Manager for Attachments 1 and 2. FOB Point: Destination (Langley AFB, VA). Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. Offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 757-225-7443. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items . Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41, Service Contract Act of 1965, as amended May 1989; FAR 52.225-1, Buy American Act-Supplies; FAR 52.223-4, Recovered Material Certification; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.232-33, Payment by Electronic Funds Transfer. RESPONSE TIME: Quotations will be accepted at the 1st Contracting Sqaudron located at 74 Nealy Avenue, Hampton VA 23665 through 4:00PM EST on April 8, 2008. All quotes shall be marked with RFQ number and title. Facsimile offers will be accepted at 757-225-7443. The point of contact for this solicitation is Lt Collin Christopherson (Contract Manager) at 757-764-2241 or Ms Sheila Reshard-Bryant (Contracting Officer) at 757-764-5520. All interested contractors should contact Lt Christopherson before 1 April 2008 to request the SWPPP, Current Permit, 2007 CSCE, and a list of FAQ's. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/1CONS/Reference-Number-F2Q3658059A002/listing.html)
 
Place of Performance
Address: Langley AFB, VA 23665
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01542794-F 20080328/080326230751 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.