|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20.1995 PSA#1306Contracting Officer, Naval Facilities Engineering Command, Engineering
Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard,
Bldg. 212, 901 M Street SE, Washington, DC 20374-5018 C -- INDEFINITE QUANTITY CONTRACT FOR FACILITIES PLANNING AND CULTURAL
RESOURCES MANAGEMENT COMPONENTS, VARIOUS LOCATIONS, EFA
CHESNAVFACENGCOM SOL N62477-95-D-0044 due 042495. Contact Randolph
Jones, POC, 202-685-3152, KO/Bonnie Clark. The work requires
architectural and engineering services to support the management and
planning of Naval Shore Facilities Legacy and Cultural/Historic
Resources Program requirements. The work includes the preparation of
studies, plans, maps, investigations, photographs, reports, measured
drawings, historical structure evaluations, and interagency agreements
for Naval Shore Facilities components. The contractor shall provide or
obtain professional expertise in all pertinent disciplines
(particularly architectural history, archaeology, and artifact
preservation), research facilities, equipment, materials and labor to
provide the archaeological and historic resources management services
described in the scopes of work for individual delivery orders issued
by the Contracting Officer. These services may include: cultural
resources literature searches, research designs, reconnaissance
studies, intensive surveys, evaluation programs, mitigation
(documentation (HABS/HAER), data recovery, artifact analysis and
pre-storage (curation) programs, construction monitoring, underwater
investigations, preparation of exhibits/interpretive materials, and
other related studies/efforts. Any or all of the above services may be
required during the period of this contract. All cultural and historic
resource investigations shall be in compliance with the National
Historic Preservation Act of 1966, as amended, Executive Order 11593,
the Archaeological and Historic Preservation Act of 1974, the
Archaeological Resources Protection Act of 1979, the Native American
Graves Protection and Repatriation Act of 1990 and the National
Environmental Policy Act of 1969. Additionally, the following
implementing Code of Federal Regulations shall be adhered to: 43 CFR 7,
36 CFR 60, 36 CFR 61, 36 CFR 800 and 36 CFR 78. In particular, the
contractor must have the capacity of personnel who meet the
professional qualifications of 36 CFR 61, for timely assignment to
simultaneous delivery orders. Additionally, appropriate State laws and
regualtions governing cultural resources management shall be taken
into account. The work requires the contractor to investigate, develop,
and produce formal documentation in a written and/or electronic format.
All components shall be prepared in accordance with appropriate
Department of the Navy or Department of Defense instruction/policy as
well as specific instructions contained in the scopes of work. Unless
otherwise specified, the final product of specific work orders will
generally be a bound report and/or an MS DOS based electronically
formatted report. Bound reports shall include compilation of the
required work with all appropriate back-up material, including
graphics, tables, references, etc. Unless specified in the scope of
work, an Executive Summary shall be included at the beginning of all
reports. The selected A-E firm for this contract will be required to
provide overhead, profit and anticipated disciplines' hourly rates to
the Contracting Officer within ten (10) days of receiving the Request
For Proposal (RFP). The first delivery order will be identified after
initial award of the contract. The selected firm will also be required
to participate in an orientation and site visit meeting (when
requested), within seven (7) days of notification and provide a fee
proposal within ten (10) days after receipt of a request for fee
proposal. Each delivery order will be a firm fixed price A-E contract.
The total contract amount for each contract will not exceed $1 million
for the base year and $1 million for each of 2 potential one-year
options. The estimated start date is August, 1995. Selection evaluation
criteria, in relative order of importance are: 1. Specialized
experience and professional qualifications of the firm (with its'
subcontractors) in providing complete services for the contract
requirements as described herein; 2. Demonstrate capabilities in
sustained accomplishment of work within established time limits for
multiple and simultaneous delivery orders; 3. Preference will be given
to firms with past experience with respect to peformance on DOD
contracts; 4. Preference will be given to firms with experience in
producing work that has been accepted by the States of Maryland,
Virginia, and District of Columbia Historic Preservation
Officers/agencies; 5. Preference will be given to firms within a 100
mile radius of Engineering Field Activity, Chesapeake, Washington, DC
and knowledgeable of the general locality of the projects, provided
that application of the criterion leaves an appropriate number of
highly qualified firms. Each firm's past performances and ratings will
be reviewed during the evaluation process and can affect the selection
outcome. Firms which meet the requirements listed in this announcement
are invited to submit one copy each of the completed Standard Forms
(SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to
the office indicated below. Site visits will not be arranged during the
advertisement period. This proposed contract is being solicited on an
unrestricted basis. Interested firms are requested to include telefax
numbers, the Contractor Establishment Code (CEC) - formerly the DUNS
number, and Taxpayer Identification Number (TIN) on the SF 255 and SF
254 in Blocks 3a and 1, respectively. In Block 10, state why your firm
is specially qualified based on the selection evaluation criteria.
Also, use Block 10 to provide additional information desired by your
firm. Only the SF 254 and 255 will be reviewed. Experiences identified
in Block 8 should not be more than 5 years old. The A-E firm's primary
person proposed to be the direct contact with EFA Chesapeake throughout
the contract work must be identified as the ``Project Manager''.
Information in the cover letter and any other attachments will not be
included in the official selection process. Submit the SF 254 and 255
to the mail room in the EFA Chesapeake Building, Building 212,
Washington Navy Yard, by 3:30 p.m. on the established due date. Fax
copies of the SF 254 and 255 will not be accepted. This is not a
request for proposal. The selected firm may be subject to advisory
audits performed by the Defense Contract Audit Agency. EEO compliance
is required. Because this contract acquisition could result in an award
over $500,000.00, a subcontrating plan will be required by the selected
firm if the firm is a large business concern. Consideration will be
given to firms whose subcontracting plans are more advantageous to the
Government in terms of meeting or exceeding Department of Defense
small and small disadvantaged business contracting goals. Firms are
requested to include a statement of their small business/small
disadvantaged business percentage goals in block 6 of their SF 255. The
small disadvantage business set-aside goals in that subcontracting plan
shall not be less than 5 percent of the subcontracted work. This does
not apply if the prime firm is a small business concern. Contractor
Officer, Naval Facilities Engineering Command, Engineering Field
Activity, Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg.
212, 901 M Street SE, Washington, DC 20374-5018. (075) Loren Data Corp. http://www.ld.com (SYN# 0025 19950317\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|