Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF march 27,1995 PSA#1311

Commanding 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