Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10, 2001 PSA #2826
SOLICITATIONS

C -- ENGINEERING/DESIGN SERVICES FOR (2) INDEFINITE QUANTITY CONTRACTS FOR ENVIRONMENTAL PROJECTS AT VARIOUS NAVAL ACTIVITIES PRIMARILY IN THE STATES OF ME, VT, NH, MA, RI, CT, NY, NJ, PA, AND DE

Notice Date
April 6, 2001
Contracting Office
Northern Division Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090
ZIP Code
19113-2090
Solicitation Number
N62472-01-D-1440 N62472-01-D-1441
Response Due
May 14, 2001
Point of Contact
Tina Phillips, (610) 595-0643
E-Mail Address
Click here to contact the Contract Specialist (phillipsms@efdnorth.navfac.navy.mil)
Description
DESC: Engineering Services for (2) Indefinite Quantity Contracts for Environmental INDOOR AIR QUALITY, ASBESTOS, LEAD BASED PAINT, RADON, SAFETY AND DEMOLITION SERVICES AND PROJECTS. The preponderance of the work under these contracts is anticipated to occur within the Engineering Field Activity Northeast, Naval Facilities Engineering Command's area of responsibility including the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania, Rhode Island and Delaware. Work could also be added in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Virginia, North Carolina and West Virginia as well as the Caribbean, the Azores, Iceland, Europe (including Engineering Field Activity, Mediterranean areas). Also, work could be added in the area of responsibility of Engineering Field Activity, Chesapeake including the District of Columbia and the state of Maryland. Additionally, an order could be issued to either contract for any Government facility in the world. Contract N62472-01-D-1440 will be used primarily for work in NY, NJ, PA AND DE. Contract N62472-01-D-1441 will be used primarily for work in ME, VT, NH, MA, RI AND CT. However, work from any other geographical area may be added to either contract at the discretion of the Government. The primary media involved are asbestos, lead-based paint, and radon. Indoor air quality, safety and demolition projects are included. Computer-Aided Design/Drafting (CADD), electronic signature on CADD drawings and specifications and Geographic Information System (GIS) capability are required. Cultural resource compliance capability is required. Emphasis will be on hazard testing, analysis, assessment and the design of abatement. Constructability reviews of planned construction projects as related to the noted areas may be required. The following are examples of services that will be required: (1) PERFORMING ASBESTOS HAZARD EMERGENCY RESPONSE ACT (AHERA) SURVEYS TO SAMPLE, LOCATE AND DOCUMENT ALL ASBESTOS MATERIALS IN A FACILITY. The work includes field surveys, sample collection and analysis, hazard rating, development of detailed reports, preliminary cost estimates and preliminary design for hazard abatement. Services include development of Operations and Maintenance Plans to provide standard operating procedures for all facility actions that involve asbestos. Services will include OSHA hazard abatement project designs with cost estimates, construction management and third party monitoring. All fieldwork must be performed under the direction of a Certified Industrial Hygienist (CIH) currently certified by the American Board of Industrial Hygiene. All preliminary and final designs including cost estimates are to be performed under the supervision of a licensed professional engineer with an Environmental Protection Agency accreditation in asbestos project design. Laboratories shall be currently accredited in asbestos analysis by the American Industrial Hygiene Association (AIHA), National Institute of Standards and Technology, and National Voluntary Laboratory Accreditation Program (NIST/NVLAP); (2) OSHA HAZARD ABATEMENT PROJECT DESIGNS WITH COST ESTIMATES, CONSTRUCTION MANAGEMENT AND THIRD PARTY MONITORING. (3) LEAD RISK ASSESSMENTS AND SURVEYS. Guidelines for survey, assessment and corrective action shall follow current Housing and Urban Development (HUD) protocols for Navy family housing projects. Non-residential design and abatement project work shall require sampling and testing of suspect lead-based paint, dust and soil. Toxic Characteristic Leaching Procedure (TCLP) testing by established protocols, shall be required during project development. Services will also include project designs and cost estimates. All fieldwork for lead-based paint tasks must be performed under the direction of a CIH. All preliminary and final designs including cost estimates are to be performed under the direction of a licensed professional engineer. Laboratories performing survey sample analysis shall be proficient in HUD testing protocols, accredited by AIHA, and successfully participate in the metals proficiency analytical testing program. Laboratories performing TCLP analysis shall be Contract Laboratory Procedure (CLP) or equivalent. (4) RADON TESTING, DIAGNOSTICS, AND MITIGATION DESIGNS. Identify high levels of radon and reduce levels (in housing and large buildings) below the EPA action level of four picocuries per liter of air. Post-mitigation testing and inspection shall also be performed. All work is to be performed by EPA listed personnel who have passed the EPA Radon Contractor Proficiency (RCP) examination. (5) RELATED INDOOR AIR QUALITY WORK AND OTHER INVESTIGATIONS, SURVEYS, DESIGNS, AND MITIGATION OF SIMILAR ENVIRONMENTAL MEDIA MAY BE REQUIRED FOR HEALTH AND SAFETY ISSUES. ENGINEERING/DESIGN SERVICES FOR DEMOLITION PROJECTS MAY BE REQUIRED. All work and recommendations will be consistent with applicable regulatory standards of federal, state and cities within the Engineering Field Activity Northeast's and Atlantic Division's areas of responsibility. GIS development and implementation will be required. (6) CADD CAPABILITY IS REQUIRED. All work will require compatibility with existing Atlantic Division Electronic Bid Solicitation, Engineering Field Activity Northeast Computer aided Design Life Cycle Management Policy and the revised A/E Guide, and GIS standards. Design deliverables will be required in either AUTOCAD Release 2000 or higher or Microstation Version 95 or higher depending on the location of the specific projects, specifications using SPECINTACT SGML program, and cost estimates using the "Success" estimating program in a Work Breakdown Structures (WBS) system format. (7) Constructability reviews of planned construction projects as related to the noted areas may be required. When design services are required, the following pre-priced options may be exercised at the discretion of the government: 0 -35% design, 35 -100% design, and Post Construction Contract Award Services (PCAS) such as shop drawing review/approval, consultation during construction, construction inspection services and preparation of record drawings. Options are normally exercised within several months of completing prior work, however, delays of up to one year are possible. Firms are advised that work could potentially involve close contact with hazardous materials and asbestos in various settings. Firms unable to accept work in these environments need not apply. (8) Cultural Resource Compliance capability may be required. Work may include the analysis and/or design of project that may have an effect on historic buildings or structures. The firm may be asked to provide assistance with and/or expertise in Section 106 of the National Historic Preservation Act. SIGNIFICANT EVALUTION FACTORS IN ORDER OF IMPORTANCE: 1. SPECIALIZED EXPERIENCE OF THE FIRM IN THE TYPE OF WORK DESCRIBED ABOVE. Firm's prior experience should include, as a minimum, completion of the following type of projects: health hazard assessment studies, hazard abatement projects, hazardous material surveys, assessments, and associated abatement designs, indoor air quality projects, third party monitoring, and related cultural resources compliance. 2. PROFESSIONAL QUALIFICATIONS. Professional qualifications and relevant experience of staff to be assigned to this contract (including those of any consultants). 3. CAPACITY. Capacity of assigned team to accomplish the work within required time constraints and ability to sustain the loss of key personnel while accomplishing work within required time limits. 4. PAST PERFORMANCE. Past Performance with respect to responsiveness, quality of work and compliance with performance schedules (emphasis on Department of Defense (DOD) work). 5. QUALITY CONTROL PROGRAM. Use of an internal quality control program to ensure technical accuracy and discipline coordination of the studies, plans, third party monitoring, and specifications. 6. LOCATION. Location of the firm in the general geographical area of the projects and knowledge of local site conditions and applicable regulatory requirements and ability of the firm to ensure timely response to requests for on-site support, provided that there is an appropriate number of qualified firms therein for consideration. 7. SUBCONTRACTOR UTILIZATION. Use of small business, small disadvantaged business or women-owned small business, historically black colleges and minority institutions used as primary consultants or sub consultants. NOTE: A small business subcontracting plan will be required if a slated firm is a large business concern prior to being interviewed. Current Naval Facilities Engineering Command small business subcontracting goals measured as a percentage of total subcontracting are as follows: small business 65%, small disadvantaged business 12%, women-owned small business 5%, and Hubzone small business 1.5%. 8. VOLUME OF WORK. Volume of work previously awarded to the firm by the Department of Defense. Estimated Construction Cost: N/A. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order. Estimated Start Date: June 2001. The duration of the contracts will be for one year from the date of an initial contract award with options for four additional one-year periods. The total amount that may be paid under each contract (including the option years) will not exceed $3,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including the option years) will be satisfied by the award of the initial project. The options may be exercised within the time-frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. There will be no dollar limit per project and no dollar limit per year. The NAICS Code is 541330 and the small business size standard classification is $4,000,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms that meet the requirements described in this announcement are invited to submit completed Standard Forms 254 and 255 to the office shown above. Block 10 of the Standard Form 255 will summarize how the firm meets the stated evaluation criteria for this contract. A matrix format must be included documenting proposed team members specialized experience relevant to the subject contract as follows: IN LEFT HAND CORNER SHOW: Relevant projects (use number of project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team member (include consultants) on relevant project i.e., Project Manager, Project Engineer, etc Firms must also indicate their past performance with respect to quality of work, cost control, and compliance with performance schedules. Include performance evaluations and/or letters of commendation (as attachments) only for the office making this submission. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporated subsidiary that operates under a firm name different from the parent company. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m., 14 May 2001 will be considered. ALL HAND CARRIED SUBMITTALS MUST BE DEPOSITED IN THE BID BOX WHICH IS LOCATED IN THE LOBBY AT THE ABOVE GIVEN ADDRESS PRIOR TO THE TIME AND DATE SPECIFIED. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR SUBMITTAL IS DELIVERED STATING "SUBMITTAL ENCLOSED", "CONTRACT NUMBER N62472-01-D-1440 AND/OR CONTRACT NUMBER N62472-01-D-1441", AND "DATE DUE 14 May 2001". Facsimile responses will not be accepted. Late responses will be handled in accordance with FAC 52.215-10. No material will be returned. Do not fax any material. Respondents may supplement this proposal with graphic material and photographs which best demonstrate capabilities of the team proposed for the project. Firms responding to this announcement are requested to submit only one copy of qualification statements. THIS IS NOT A REQUEST FOR PROPOSAL. For assistance in interpreting the CBD announcements, please see the CBD Reader's Guide.
Web Link
Click here to register (www.esol.navfac.navy.mil)
Record
Loren Data Corp. 20010410/CSOL008.HTM (W-096 SN50I526)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 6, 2001 by Loren Data Corp. -- info@ld.com