Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1995 PSA#1262

Commanding 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