|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1995 PSA#1262Commanding Officer, Southwest Division, Naval Facilities Engineering
Command, Code 0211, 1220 Pacific Highway, Room 145, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR POLLUTION ABATEMENT AT VARIOUS
LOCATIONS IN CALIFORNIA, NEW MEXICO, ARIZONA AND NEVADA FOR SOUTHWEST
DIVISION, NAVFACENGCOM, SAN DIEGO, CALIFORNIA SOL N68711-95-D-7541 DUE
021695 POC Chuck Benson/Contract Specialist, (619) 532-3375, Nancy J.
Trent/Contracting Officer, (619) 532-2853. 17. Firm Fixed
Price/Indefinite Quantity Contract for furnishing of pollution
abatement services for Southwest Division, Naval Facilities Engineering
Command, at various locations in California, New Mexico, Arizona and
Nevada. The total amount of the proposed contract shall not exceed
$1,250,000.00 with no single delivery order exceeding $500,000.00. The
Government has the option to extend this contract for one additional
year, or $1,250,000.00, whichever comes first. The total amount of the
contract shall not exceed $2,500,000.00. The minimum contract amount
will be $25,000.00. A-E Selection criteria will include (in order of
importance): (1) Recent specialized experience of the firm, and
proposed consultants, in pollution abatement through removal, insito
treatment and recycling. Previous experience in comprehensive design
services including preparation of final plans and specifications, cost
estimates and sketches, engineering investigations and studies and
construction contract support services for pollution abatement
projects, Recent experience in the removal of underground storage tanks
and installation of monitoring wells, Recent experience in the design
of hazardous waste treatment and storage facilities such as above and
below ground tanks, spill containment equipment and structures, flood
control, soil erosion and related protective devices, air pollution
emissions control equipment, liquid waste treatment equipment and spill
containment facilities, Recent experience in the removal and disposal
of contaminated electrical equipment. Do not list more than a total of
10 projects in block 8. Include point of contact and telephone number
in block 8c for each project listed. Indicate which consultants from
the proposed team, if any, participated in the design of each project
listed. (2) Recent specialized experience of the staff in pollution
abatement through removal, insito treatment and recycling,
comprehensive design services including preparation of final plans and
specifications, cost estimates, sketches, engineering investigations,
construction contract support services. Recent experience in removal
of underground storage tanks and installation of monitoring wells,
design of hazardous waste treatment and storage facilities for above
and below ground tanks, spill containment equipment and structures,
flood control, soil erosion and related protective devices, air
pollution emissions control equipment and spill containment facilities.
Recent experience in the removal and disposal of PCB contaminated
electrical equipment. (3) Past performance on contracts with government
agencies and private industry in terms of cost control, quality of work
and compliance with performance schedules. Indicate by briefly
describing internal quality assurance and cost control procedures and
indicate team members who are responsible for monitoring these
processes. List recent awards, commendations and other performance
evaluations (do not submit copies). (4) Location in the general
geographic area of the project and knowledge of the locality of the
project, provided that the application of this criterion leaves an
appropriate number of firms given the nature and size of this project.
(5) Capacity to accomplish the work in the required time. Indicate the
firms present workload and the availability of the project team
(including consultants) for the specified contract performance period
and indicate specialized equipment available and prior security
clearances. (6) List the small or disadvantaged or woman- owned
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% Small Disadvantaged Business of the amount to be subcontracted out.
Those firms which meet the requirements described in this announcement
and wish to be considered, must submit one copy each of a SF 254 and
a SF 255 for the firm and a SF 254 for each consultant listed in block
6 of the firms SF 255. One copy of the submittal package is to be
received in this office no later than 3:00 P.M. Pacific Time on the due
date indicated above. Should the due date fall on a weekend or holiday,
the submittal package will be due the first workday there after.
Submittals received after this date and time will not be considered.
Additional information requested of applying firms: indicate
solicitation number in block 2b, CEC (Contractor Establishment Code)
and/or Duns number (for the address listed in block 3) and TIN number
in block 3, telefax number (if any) in block 3a and discuss why the
firm is especially qualified based on the selection criteria in block
10 of the SF 255. For firms applying with multiple offices, indicate
the office which completed each of the projects listed in block 8 and
list which office is under contract for any contracts listed in block
9. Use block 10 of the SF 255 to provide any additional information
desired. Personal interviews may not be scheduled prior to selection of
the most highly qualified firm. SF 255's shall not exceed 30 printed
pages (double sided is two pages/organizational charts and photographs
excluded, exception: photographs with text will be considered as a
page). All information must be included on the SF 255 (cover letter,
other attachments and pages in excess of the 30 page limit will not be
included in the evaluation process). Firms not providing the requested
information in the format (i.e. listing more than a total of 10
projects in block 8, not providing a brief description of the quality
control plan, not listing which office of multiple office firms
completed projects listed in block 8, etc.) directed by this synopsis
may be negatively evaluated under selection criteria (3). Firms which
design or prepare specifications for a construction contract or
procurement of supplies cannot provide the construction or supplies.
This limitation also applies to subsidiaries and affiliates of the
firm. This is not a request for proposal. Telegraphic and facsimile SF
255's will not be accepted. Site visits will not be arranged during
the submittal period. See Numbered Note(s): 24. (0011) Loren Data Corp. http://www.ld.com (SYN# 0016 19950112\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|