|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1995 PSA#1366Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert
Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231) C -- IQ CONTRACT FOR ENVIRONMENTAL PLANNING & ENGINEERING SERVICES FOR
NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) AT LOCATIONS WITHIN STATESIDE
AREAS UNDER THE COGNIZANCE OF LANTNAVFACENGCOM SOL N62470-95-R-6011
POC Contact Miss Bayla Mack, 804-444-9676/Mr. Dean Koepp, Head,
Contract Support Branch, 804-444-9582 Architect-Engineer or Engineering
Services are required for the preparation of environmental planning
documents in accordance with the National Environmental Policy Act
(NEPA) guidelines and regulations. Services are required within the
States ofVA, NC and WV under the Atlantic Division, Naval Facilities
Engineering Command's area of responsibility; the District of Columbia
and the State of MD under Engineering Field Activity, Chesapeake's
area of responsibility; and the States of DE, PA, NJ,NY, CT, RI, MA,
NH, ME, VT and OH under Engineering Field Division, North area of
responsibility. The documents to be prepared by this contract are
environmental assessments and environmental impact statements under
NEPA. For major environmentalimpact statements, a draft environmental
impact statement may be awarded with an unpriced phase for the final
environmental impact statement. General guidelines for preparation of
the NEPA documents are contained in the Council on Environmental
Quality(CEQ) Regulations (40 CFR Part 1500 et. seq.) and Navy
Instructions as published, 32 CFR Part 775 and OPNAVINST 5090.1B. In
order to complete these documents some of the following related studies
may be required: (1) Air conformity analyses under theClean Air Act;
(2) Wetlands delineation and mitigation plans; (3) Cultural resource
surveys; (4) Coastal zone management consistency determinations; (5)
Endangered Species Action Section 7 surveys and biological assessments;
(6) Community ImpactStudies; (7) Environmental Justice analyses; (8)
Traffic Studies; (9) Water quality studies to include chemical and
physical analysis of dredge material and bioassays; (10) Stormwater
Management Studies; (11) Noise impact studies; (12) Toxic andHazardous
Waste Surveys; (13) Public Involvement Strategies, and (14) Life Cycle
Cost Analyses. The A&E must demonstrate his and each key consultant's
qualifications with respect to the published evaluation factors for all
services. Evaluation factors(1) through (5) are of equal importance;
factors (6), (7) and (8) are of lesser importance. Specific evaluation
factors include: (1) Specialized Experience - Firms will be evaluated
in terms of their past experience with regard to the preparation ofthe
above listed environmental documents and related studies; and on their
knowledge of environmental regulations unique to the contract area;
(2) Professional qualifications and technical competence in the type of
work addressed in evaluation factornumber 1: Firms will be evaluated in
terms of the staff's active professional registration and the
capability to provide qualified backup staffing for key personnel to
ensure continuity of services and ability to surge to meet unexpected
projectdemands; (3) Ability to perform the work to schedules and
capacity to complete up to 5 major taskings per year - Firms will be
evaluated in terms of the impact of this workload on the staff's
projected workload during the contract period; (4) PastPerformance -
Firms will be evaluated in terms of one or more of the following (with
emphasis on projects addressed in factor number one) demonstrated long
term business relationships and repeat business with Government and
private customers; (5)Quality Control Program - Firms will be evaluated
on the acceptability of their internal quality control program used to
ensure technical accuracy and coordination of planning, environmental
and engineering services; (6) Firm location and knowledge ofthe
locality of the contract (provided that application of this criterion
leaves an appropriate number of qualified firms, given the nature and
size of the contract) - Firms will be evaluated on their location with
respect to the general geographicalarea of the contract and their
knowledge of local codes, laws, permits and construction materials and
practices of the area; (7) Volume of Work - Firms will be evaluated in
terms of work previously awarded to the firm by DOD with the objective
ofaffecting an equitable distribution of DOD A&E contracts among
qualified A&E firms, including small and small disadvantaged business
firms and firms that have not had prior DOD contracts; and (8) Small
Business and Small Disadvantaged BusinessSubcontracting Plan - Firms
will be evaluated on the extent to which offerors identify and commit
to small business and to small disadvantaged business, historically
black college and university, or minority institution in performance of
the contract,whether as joint venture, teaming arrangement, or
subcontractor. The duration of the contract will be for one (1) year
from the date of an initial contract award. The proposed contract
includes a one (1) year Government option for the same
basicprofessional skills. The total A&E fee that may be paid under this
contract will not exceed $3,000,000. No other general notification to
firms for other similar projects performed under this contract will be
made. Type of contract: Firm Fixed PriceIndefinite Quantity Contract.
Estimated start date is September 1995.--Architect-Engineer firms
which meet the requirements described in this announcement are invited
to submit completed Standard Forms (SF) 254 (unless already on file)
and 255, U. S.Government Architect-Engineer Qualifications, to the
office shown above. In Block 10 of the SF 255, discuss why the firm is
especially qualified based upon synopsized evaluation factors; and
provide evidence that your firm is permitted by law topractice the
professions of architecture or engineering, i.e., State registration
number. For selection evaluation factor (1), provide the following
information for only the staff proposed for this work using these
column headings: ''NAME'', ''RELATEDPROJECTS WORKED ON'', ''YEAR'',
''FIRM'', and ''TECHNICAL ROLE''. Use Block 10 of the SF 255 to provide
any additional information desired and continue Block 10 narrative
discussion on plain bond paper. All information must be included within
the SF 255(limited to 30 pages (front and back considered 1 page)--not
less than 10 point font; every page that is not an SF 254 will be
included in the 30 page count); cover letter and other attachments will
not be considered in the evaluation process. Providea 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 4:00 p.m. EST, 17 July 1995 will be
considered. Lateresponses will be handled in accordance with FAR
52.215-10. Neither hand carried proposals nor facsimile responses will
be accepted. Firms responding to this advertisement are requested to
submit only one copy of qualification statements. Thequalification
statements should clearly 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 beingsolicited on an unrestricted basis, therefore, replies
to this notice are requested from all business concerns. 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 8711 ($2,500,000).--This is not a request for proposals.
Inquiries concerning this project should mention location and
contractnumber. See Note 24. (0160) Loren Data Corp. http://www.ld.com (SYN# 0023 19950612\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|