|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1995 PSA#1289Navy Public Works Center San Francisco Bay, Code 20, (Bldg. 794),
Oakland, California, 94623-1003 C -- A-E SERVICES FOR VARIOUS ENVIRONMENTAL PROJECTS IN SUPPORT OF THE
NAVY PWC SAN FRANCISCO IN CA, OR, WA, ID, UT, NV, AZ, NM, CO, MT, WY,
& AK SOL N68378-95-D-4929 POC Point of Contact is LT Jeff Baker at
(510) 466-7675; Contracting Officer, Robert Smith Firm Fixed Price
Indefinite Quantity Architect- Engineer services are required for
environmental engineering, planning, design, testing and support
services in compliance in all media with Federal, State, and local
regulations. Services are intended to support Navy Public Works Center
San Francisco ''in-house'' forces' efforts to conduct various
environmental remediation actions within the following states:
California (primarily), Oregon, Washington, Idaho, Utah, Arizona, New
Mexico, Colorado, Montana, Wyoming and Alaska. The services will
include, but not be limited to: (a) the preparation of plans and
specifications, workplans, health and safety plans, remedial
investigations, feasibility studies, corrective action plans, health
risk assessments, engineering evaluation\cost analysis, environmental
impact reports, environmental property assessments; (b) field
consultation for various environmental projects which may include, but
are not limited to underground tank removal, retrofits, air emissions
inventories, illicit storm water studies/ corrections, soil and ground
water remediation, soil and water monitoring systems and all aspects of
handling hazardous waste; (c) partnering/ team building with the Navy
Public Works Center San Francisco remediation construction teams and
regulatory agencies throughout the life of the contract. Coordination
of design and engineering support with the Navy Public Works Center San
Francisco in-house remediation construction forces will frequently
approximate a design-build relationship. **The contract term is for one
year with two (2) one-year option periods. The contract maximum annual
total is $1.65 million. The contract minimum is a total of $30,000
worth of delivery orders. **A-E selection will be based on the
following criteria which are numbered in order of importance: (1)
RECENT SPECIALIZED EXPERIENCE of the firm and proposed consultants in
projects similar in scope to the above project descriptions. This
includes demonstrated knowledge of Federal, State, and local codes and
regulations concerning environmental issues. (2) PROFESSIONAL
QUALIFICATIONS of the staff (in-house and consultants) with respect to
the overall makeup of the project team. The experience and roles of
the key team personnel, specifically on related projects addressed in
criteria element one, should be addressed. (3) PAST PERFORMANCE on
contracts with government agencies and/or private industry in terms of
quality of work, compliance with schedules, and cost control.
Demonstrated long term government or private business relationships,
repeat business or related efforts and construction support. Proven
quality control of design /project documents. (4) CAPACITY to
accomplish the contemplated work within a minimum reasonable time
limit; as demonstrated by the impact of this work load on the firms'
permanent staff, projected work load during the anticipated design
service period, the firms' history of successfully completing projects
in compliance with performance schedules and providing timely
construction support. Provide specific experience and related time
frames for accomplishment of similar efforts. Provide examples of
firms' ability to work on multiple projects concurrently. If
consultants are involved, address history of working relationship. (5)
SUBCONTRACTING. Demonstrated ability and commitment of the firm to
provide substantial small and small disadvantaged business
subcontracting. (6) VOLUME of work previously awarded by the Department
of Defense (DOD) for the past 12 months to the firm (DO NOT PROVIDE
THIS INFORMATION SINCE THE GOVERNMENT HAS THE DATA), with the objective
of effecting equitable distribution of contracts among qualified
Architect-Engineer firms, including small and minority-owned firms and
firms that have not had prior DOD contracts. **A Large Business will
be required to submit a subcontracting plan if selected. Those firms
which meet the requirements described in this announcement and wish to
be considered, must submit an SF 255. In order to expedite your firm's
consideration regarding the above criteria by the board, the following
application data from the SF255 Blocks 7, 8, and 10 may be presented
as follows: (Block 7) Provide a matrix for the design team, including
alternates. Individual rows should be labeled with the team members'
names and their proposed team assignments. Columns should be labeled as
follows: firm name and office location; percent of time to be spent on
this team; professional registration and state; number of years of
professional experience; number of years with current firm; for project
managers and team leaders, identify the number of teams (design,
subcontractors, and joint venture partners) they have managed over the
past three years; highest education level and area of specialization
(example: BS, mechanical engineering). (Block 8) In matrix form,
identify which team members worked on the described projects.
Individual rows should be labeled with the projects' titles. Columns
should be labeled with the team members' names. (Block 10) Include a
tabular listing of all excellent performance ratings and letters of
commendation from both private and DOD clients (Designate your role:
prime, subcontractor or joint venture partner) These ratings should be
dated 1990 or later and should include those for joint venture
partners and subcontractors. **For consideration, provide one submittal
package, including one original SF 255 and one original SF 254 for each
firm proposed. The SF 255 with attachments shall be limited to no more
than 40 pages and not smaller than 10 point font. Every page that is
not an SF 254 will be included in the page count. The submittal must be
received in this office (Bldg. 794, 2nd floor, ATTN: LT Jeff Baker) no
later than 3:00 pm local time at Oakland, CA., on 27 March 1995.
Submittals received after this date and time will not be considered.
Include telefax numbers in Block 3a and Contractor Establishment Code
(formerly the DUNS number), Commercial and Government Entity (CAGE)
Codes if known, A-E Contractor Appraisal Support System (ACASS) Code if
known, and Taxpayer Identification Number (TIN) in Block 3. Label lower
right corner of outside mailing envelope with ''A-E Services
N68378-95-D-4929.'' Site visits will not be arranged during the
advertisement period. This is not a request for proposal (RFP) (0052) Loren Data Corp. http://www.ld.com (SYN# 0035 19950222\C-0014.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|