Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1995 PSA#1289

Navy 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