|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1995 PSA#1291Engineering Field Activity, Mediterranean, PSC 810, P.O. Box 51, AE
09619-0051 C -- ENGINEERING SERVICES AND ENVIRONMENTAL SERVICES FOR PROJECTS IN
EUROPE, NORTH AFRICA, AND THE PERSIAN GULF SOL N33191-95-R-4003 POC
Contact Karen J. Donald, Contract Specialist, 39-81-509-7550/ Mr.
William S. Barker, Contracting Officer, 39-81-509-7550 (1)
Architectural/Engineering Services are required for the preparation of
drawings, specifications, cost estimates, translations, preparation of
reports and plans, performance of investigations and/or studies, and
associated engineering servicesat various locations in Europe, North
Africa and the Persian Gulf. (2) This is an Indefinite Quantity
Contract. The duration of the contract will be for one (1) year from
date of contract award or $1,000,000.00 in fees per year, whichever may
comefirst. The minimum guarantee for the base year only is $5,000.00.
The proposed contract includes one (1) year Government option for the
same basic professional skills. The option year contract will also be
for $1,000,000.00 in fees per year or forthe duration of one (1) year,
whichever may come first. Subject to necessary changes, the total A/E
fee that may be paid under this contract will not exceed
$2,000,000.00. (3) Design services may include, but are not limited to:
wastewater and watertreatment plants; hazardous waste storage,
treatment and/or disposal facilities; removal/installation of
underground/aboveground storage tank systems for petroleum products
and/or hazardous substances/wastes; asbestos and PCB removal.
Engineeringservices may include, but are not limited to: Preparation of
spill prevention, control and reporting plan and/or contingency plans;
Underground Storage Tank (UST) management plans; Asbestos Abatement
plans; PCB elimination plans; Air quality and radonhazard mitigation
studies; Asbestos/PCB inventories; Environmental contamination
investigations; Hazardous substance spill reports; Pollution Prevention
Plans; Preparation of environmental project documentation. Post
Construction Award Services (PCAS)may include, but are not limited to:
Submittal and shop drawing review; Preparation of record drawings; and
Construction inspection services. Drawings will be in metric dimensions
and will be in English and the host nation language; specifications
willutilize European as well as U.S. (D.O.D.) codes and criteria, and
will be in the host nation language and English; cost estimates will be
prepared in the local currency and U.S. dollars using metric
quantities. There is likely to be a wide variation inthe complexity and
size of the projects issued under this contract. Selection will be
based on the following criteria which are numbered in order of
importance: (1) Qualifications and recent specialized environmental
experience of the firm (andsupporting consultants) in providing the
aforementioned design and engineering services which include, but may
not be limited to: site investigations, designs, studies, plan and
report preparation. The firm will be required to deliver design
solutionsusing CAD and SPECSINTACT. (2) Professional qualifications and
technical competence of the staff proposed for this contract.
Experience of key personnel in a broad range of environmental related
projects. Demonstrated knowledge of host nation aswell as U.S.
environmental statutes and regulations, D.O.D. and host nation codes
and criteria. (3) Knowledge of the locality and environmental program
implementation practices in the various regions of Europe, North
Africa, and the Persian Gulf,including local practices, laws, and
regulations. (4) Past performance (with emphasis on similar efforts
cited in criteria elements one and two) with government agencies and/or
private industry, in terms of cost control, quality of work
(includingquality control procedures), and compliance with schedules.
(5) Ability of the firm to accomplish the contemplated work within a
reasonable time limit; as demonstrated by the firms' projected workload
during the anticipated contract period, and thefirms' history of
successfully completing projects in compliance with performance
schedules and providing timely submittals. Provide specific experience
and related time frame accomplishment of similar engineering and
environmental efforts. (6)Quality Control Program - Firm will be
evaluated on their internal quality control program used to ensure
technical accuracy and discipline coordination of plans and
specifications. (7) All other factors being equal, location of the
firms and volumeof work previously awarded by the Department of Defense
(DOD) as the prime contractor, during the last 12 month period will be
considered (DO NOT PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS
THE DATA), with the objective of affecting equitabledistribution of
contracts among qualified Planning, Architectural and Engineering
firms, including minority-owned firms and firms that have not had prior
DOD contracts. Firms responding to this announcement must be prepared
to accept theaforementioned as a part of their contract responsibility.
Architect-Engineer firms which meet the requirements described in this
announcement are invited to submit completed Standard Forms (SF) 254
(unless are already on file) and 255, U. S.Government
Architect-Engineer Qualifications, to the office shown below. In Block
10 of the SF255, discuss why the firm is especially qualified based
upon synopsized evaluation factors. Use Block 10 of the SF 255 to
provide any additional informationdesired and continue Block 10
narrative discussion on plain bond paper. All information must be
included within the SF 255; cover letter and other attachments will not
be considered in the evaluation process. Provide a synopsis of the
scope of work,point of contact and telephone number for each project
listed in SF 255 Block 8. Firms having a current SF 254 on file with
this office and those responding by no later than 30 days from the date
this announcement appears in the CBD will be considered. Late responses
will be handled in accordance with FAR 52.215-10. Facsimile responses
will not be accepted. Firms responding to this advertisement are
requested to submit only one copy of qualification statements. The
qualification statements shouldclearly indicate the office location
where the work will be performed and the qualifications of the
individuals anticipated to work on the contract and their geographical
location. This proposed contract is being solicited on an unrestricted
basis,therefore, replies to this notice are requested from all business
concerns. Such firms must be capable of complying with the limitations
on subcontracting in the clause at FAR 52.219-14. SDB concerns
responding shall provide a positive statement ofeligibility as a small
socially and economically disadvantaged business concern along with
Standard Form 255. Before award of contract, the Architect-Engineer (if
not a Small Business concern) shall agree in the contract, by
incorporation of anacceptable small business and small disadvantaged
business subcontracting plan in accordance with FAR Part 19.7, that
small business concerns and small disadvantaged business concerns shall
have the maximum practicable opportunity to participate incontract
performance consistent with its efficient performance. The small
business size standard classification is SIC 8712 ($2,500,000).
Inquiries concerning this project should mention location and contract
number. Those firms which meet therequirements described in this
announcement and wish to be considered, must submit a SF 255.
Specifically address all criteria elements listed, except for element
(6), in block 10, with additional sheets attached, as required. One
copy of the SF 255must be received in this office EFA MED, ATTN CODE
N2, PSC 810 BOX 51, FPO AE 09619-0051 or Engineering Field Activity
Mediterranean, Palazzo di Cristallo Mirabella, Viale Delle Acacie, SS
Domitiana, 81030 Castelvolturno, P. Caserta no later than 30March 1995
The government reserves the right to award 2 contracts under this
synopsis. Indicate contract number in block 2B, DUNS, TIN numbers in
block 3, telefax number, if any in block 3a, prior names your firm has
used in the past three years,including parent company, branch office,
affiliates, association and subsidiaries in the appropriate block and
state of all DOD fees awarded during the last two years in block 9 and
discuss why the firm is especially qualified based on the
selectioncriteria in block 10 of the SF 255. Submit a SF 254 only if
you have not done so in the past year. Section III of the General
Provision on the annual U.S. MILCOM Appropriations Bill requires that
this contract can only be awarded to a U.S. Firm or aU.S. Firm in joint
venture with a host country firm. This is not a Request For Proposal
(RFP). Address questions pertaining to this synopsis to Ms. Karen J.
Donald at 0039-81-509-7550. See numbered Note 24.(0054) Loren Data Corp. http://www.ld.com (SYN# 0014 19950224\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|