|
COMMERCE BUSINESS DAILY ISSUE OF march 27,1995 PSA#1311Commanding Officer, Southwest Division, Naval Facilities Engineering
Command, Code 0233, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- ARCHITECTURAL/ENGINEERING SERVICES FOR COMPREHENSIVE LONG-TERM
ENVIRONMENTAL ACTION NAVY (CLEAN) FOR THE WESTERN UNITED STATES SOL
N68711-95-R-7526 DUE 050295 POC Paul J. Kennedy/Contracting Officer,
(619) 532-1939, Richard P. Selby, Contract Specialist, (619) 532-3366.
No telephone inquiries/visits concerning this project will be
accepted/permitted. PROPOSED CLEANIII SYNOPSIS/A-E SELECTION
CRITERIA/Southwest Division, Naval Facilities Engineering Command
(SOUTHWESTNAVFACENGCOM) requires Architectural/Engineering services in
support of Navy environmental programs within the geographic region of
its cognizance: California, Arizona, New Mexico, Nevada, Washington,
Oregon and Alaska. The majority of contract work will occur within
southern California, Nevada, and Arizona. A Cost-Plus Award-Fee
contract will be awarded for a performance period of one base year and
nine option years, with a total estimated value of $150,000,000. The
required services, listed in order of priority, include: (1) Services
in support of the Installation Restoration Program (IRP), the Defense
Department's program in compliance with the Comprehensive Environmental
Response Compensa- tion and Liability Act (CERCLA) of 1980, as amended
by the Superfund Amendments and Reauthorization Act (SARA) of 1986.
Services include performance of site management, preliminary
assessments/site inspections, remedial investigations/feasibility
studies, remedial and removal action designs, environmental
assessments, risk assessments, contamination characterization, sampling
and laboratory testing, Post-Construction Award Services (PCAS), and
Title II management of implementation of remedial actions (including
subcontract award and management). It is anticipated that the heaviest
emphasis under the contract will be on the later stages of IR Program
(i.e., preparation of Records of Decision (ROD), preparation of
performance-based specifications for removal/remedial actions,
preparation of CERCLA removal action decision documents, PCAS, and
Title II management of implementation of remedial actions). Heavy
emphasis will also be placed on accelerating sites to closure and
reducing cleanup costs through such innovative concepts as preparation,
whenever possible, of performance-based specifications rather than
detailed design specifications, early and effective
partnering/coordination with Navy remediation contractors, early and
effective coordination with regulatory agencies, continuous sensitivity
to and coordination with community groups and concerns regarding Navy
installations subject to base closure, and identification and
implementation of other innovative methods and technologies to reduce
cleanup time and costs. (2) Services in support of environmental
documentation for base closure efforts (e.g., Base Realignment and
Closure (BRAC) Cleanup Plans, Environmental Baseline Surveys, etc.).
(3) Services in support of the Underground Storage Tank (UST) program,
including assessment, characterization, testing, monitoring, and
remedial action design and oversight for leaking USTs. (4) Services in
support of assessments, studies, investigations, remedial designs, and
other efforts associated with air, water, waste water, solid waste,
asbestos, and hazardous substance/waste/waste management and
compliance. Selection Procedures will be in accordance with Federal
Acquisition Regulation (FAR) Subpart 36.6, with evaluation criteria and
factors consisting of, in order of priority: 1. Recent experience and
past performance of the firm and proposed subcontractors in the listed
required services, with emphasis on experience interfacing with
Federal, State and other regulatory agencies, and demonstrated
knowledge of, and experience with, program and regulatory requirements,
particularly those applicable within the southern California, Nevada
and Arizona geographic regions. Past performance will be evaluated in
terms of the technical quality, innovation, timeliness of the work,
cost control and customer satisfaction, as well as in management and
administration of DoD contracts. 2. Program management capability,
including: (A) Ability to concurrently perform and manage multiple
complex projects in different locations to meet schedules and control
direct and indirect costs, (B) Ability to submit technical and cost
proposals within fifteen days of receipt of Contract Task Order (CTO)
Statements of Work, to negotiate CTOs promptly and to commence work
expeditiously upon award of a CTO, (C) Ability of the firm to
coordinate and work effectively with other contractors involved in Navy
environmental programs, (D) Identification of assigned responsibilities
of corporate team members, (E) Demonstration of a coherent, proposed
organization chart and availability of resources, and, (F) Proposed
location of the program management office and detailed description of
how it will be structured and how it will function. 3. Staff and key
technical and management personnel shall have expertise and experience
in environmental technical disciplines, management, and federal,
state, and local laws and regulations. Key management personnel shall
also have expertise and experience in program management,
partnering/teambuilding skills, excellent communication skills,
supervisory experience and qualifications in DoD contract management
and administration. 4. Ability of the firm to provide continuity of
service, with no or minimal program disruption and cost impact, to
projects initiated under existing Navy contracts, including capability
and commitment of the firm to complete the IR and other programs
utilizing work completed by other contractors. 5. Demonstrated ability
and commitment of the firm to provide substantial: (A) Small, small
disadvantaged and women-owned small business subcontracting. (B) Local
small and small disadvantaged business subcontracting for work to be
accomplished at Naval bases slated for closure under the Base
Realignment and Closure (BRAC) legislation. To be considered local, a
firm must have an existing active office located in the same or an
adjacent county as the closing military installation. 6. Ability of the
firm and proposed key management personnel to manage a large and
complex DoD contract, including: (A) Ability to effectively manage
substantial subcontracting effort. (B) Knowledge of, and ability to
maintain, a cost accounting system that accumulates and reports costs
in compliance with Government cost-reimbursement type contract
requirements, including the ability to rapidly resolve, in coordination
with cognizant audit agencies, outstanding cost and fiscal issues. (C)
Knowledge of and ability to comply with applicable Cost Accounting
Standards (CAS). (D) Knowledge of and ability to establish and maintain
DoD-approved contractor purchasing and Government property control
systems. 7. Performance on current and past contracts with government
agencies and private industry in terms of quality of work, cost
control, quality control and quality assurance practices and techniques
and compliance with performance schedules. Provide contract numbers,
name of contracting agencies, points of contact, phone numbers, and
name/phone number of cognizant auditor. 8. Volume of work awarded to
the firm by the Department of Defense during the previous 12 months
with the object of effecting an equitable distribution of work among
qualified firms. Firms proposing as prime contractors with team
subcontractors will be evaluated on the basis of the qualifications of
the team as a whole. Identify any explicit assignment of
responsibilities among corporate team members. Failure to obtain
approval of major systems, such as Contractor's Purchasing System,
Government Property Control System, Estimating System and Material
Management and Accounting System, as well as achieving compliance with
applicable Cost Accounting Standards (CAS) and submittal of
appropriate disclosure statements within six months of award of
contract, may result in the Government not exercising future contract
options. Firms selected for interview must be prepared to discuss the
current status of the above requirements and how they intend to achieve
compliance with them. Information from proposed subcontractors is
required if the prime contractor qualifications are based on the
abilities of specific subcontractors. Slate and selection will be based
on the joint qualifications of the proposed team as a whole. Firms are
cautioned that an Organizational Conflict of Interest Clause applies
to this solicitation. Any contractor or affiliate who provides initial
technical and design support shall be prevented from also performing
any resultant remedial action at a later date. Additionally, the
selected firm shall be required to provide notification to the
Government of intent to compete for any Federal contract for
environmental engineering studies or services within the same
geographical area as this contract. Those firms that meet the
requirements described in this announcement and wish to be considered
must submit a Standard Form (SF) 255. One copy of the SF 255 is to be
received in this office, no later that 2:00 PM Pacific Time on 2 May
1995. If a current SF 254 is not already on file with this office, it
must be submitted with the SF 255. SF 254s and SF 255s received after
the designated date and time will be considered late and will be
subject to the provisions of FAR 15.412. Additional information on the
SF 255 requested of applying firms: solicitation number in Block 2b,
telefax numbers in Block 3a and Contractor establishment Code (formerly
the DUNS number), Commercial and Government Entity (CAGE) Codes, if
known, and Taxpayer Identification Number (TIN) in Block 3. In order to
expedite your firm's consideration regarding the evaluation criteria
listed above, the following application data shall be substituted for
blocks 7,8,9, and 10 of the SF 255: (1) To demonstrate how the firm and
any proposed subcontractor meet the experience and past performance
criteria (i.e., evaluation factor number (1) and (7)), submit a matrix
listing recent germane projects awarded to the firm and any proposed
subcontractor. Submit a separate matrix for the prime and any proposed
subcontractor. The title and location of no more than 10 projects per
matrix shall be listed in the left-hand column of the matrix. For each
project listed, the following information shall be provided under
headings listed across the top row of the matrix: contract number,
contract award date, contract completion date, contract term, contract
type, contract dollar amount, client/government contracting agency,
client point of contact (POC) and client POC phone number, and
cognizant government auditor name and phone number. In addition to the
above matrix information, for each project listed in the matrix,
provide a brief description of how the project is relevant to the work
included in this synopsis, what role the firm played in the project,
what cost control/saving measures were employed by the firm, compliance
with performance schedules and a listing of any outstanding performance
ratings or letters of commendations from the client agency or firm. (2)
To demonstrate how the firm meets the program management criteria
(i.e., evaluation factor number (2)), submit a project organization
chart and address, in narrative fashion, the subfactors under this
factor. (3) To demonstrate how the firm meets the staff expertise and
experience criteria (i.e., evaluation factor number (3)), submit two
matrices. This first matrix shall list all key positions that will be
assigned to this contract in the left-hand column of the matrix. For
each position listed, the following information shall be provided under
headings listed across the top row of the matrix: name of person, name
of firm, office location, highest education level/degree, educational
discipline, states of professional registration, number of years
professional experience, number of years with firm. The second matrix
shall list across the top row of the matrix the title and location of
the same projects listed in the matrix submitted in response to item
number (1) above. Under each project listed, identify the names of any
of the proposed team key personnel who worked on the project, and the
title of their position on the project. In addition to these two
matrices, submit resumes for all key personnel. At a minimum, key
personnel is defined as the proposed program manager and all personnel
(excluding clerical) that will be directly supervised by the program
manager. Resumes must provide the information identified in instruction
number 7 to the SF 255. (4) To demonstrate how the firm meets the
continuity of service criteria (i.e., evaluation factor number (4),
address this factor in narrative fashion. (5) To demonstrate how the
firm meets the small, small disadvantaged and women-owned small
business subcontracting criteria (i.e., evaluation factor number (5)),
provide the following data: identification of any proposed
subcontractors which are Small Businesses (SBs) or Small Disadvantaged
Businesses (SDBs) and Women-Owned Small Businesses (WO-SBs) and a
description of the work to be accomplished under the contract by these
firms, identification of total dollar value or work planned to be
subcontracted under the contract, identification of the percentage goal
of planned subcontract work that will be subcontracted to SBs, SDBs and
WO-SBs under the contract, identification of the types of work planned
to be subcontracted to SBs, SDBs and WO-SBs, and a brief description
of your SB, SDB and WO-SB subcontracting outreach plan. If your firm is
selected for award of this contract, this same data must be included in
your SB, SDB and WO-SB Subcontracting Plan submitted in accordance with
FAR 19.7, FAR 19.9, DFARS 219.7 and FAR Clause 52.219-13(c), which will
become an enforceable part of this contract. Offerors are also notified
that the Government intends to utilize the award fee component of this
contract to encourage aggressive local SB and SDB subcontracting. (6)
To demonstrate how the firm meets the ability to manage a large and
complex DoD contract criteria (i.e., evaluation factor number (6)),
address, in narrative fashion, the four subfactors under this factor.
Personal interviews will not be scheduled prior to selection of the
most highly qualified firms. All the information must be included in
the SF 255, plus attachments, which shall be limited to not more than
25 double-sided or 50 single-sided 8 1/2 by 11 inch page, including the
resumes. Telegraphic and facsimile SF 255s will not be accepted. Site
visits will not be arranged during the submittal period. This is an
unrestricted procurement and all responsible sources may submit an
offer which will be considered. This SIC of this procurement is 8711,
Other Engineering Services. A/E firms which meet the requirements
described in this announcement are invited to submit a completed SF 254
(unless already on file) and SF 255 to the office shown above. Firms
responding to this announcement by the date and time stated above will
be considered. Firms having a current SF 254 on file with this office
may also be considered. This is not a request for proposal. (0082) Loren Data Corp. http://www.ld.com (SYN# 0019 19950324\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|