|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1995 PSA#1463OICC/ROICC JACKSONVILLE, NAVFACENGCOM CONTRACTS, 1005 MICHAEL RD., CAMP
LEJEUNE, NC 28547-2521 C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING AND
DESIGN SERVICES FOR VARIOUS PROJECTS AT MARINE CORPS BASE, CAMP
LEJEUNE, NORTH CAROLINA SOL N62470-96-D-4356 DUE 120195 POC Contact
Point, LTJG Darren Sweet, (910)451-5606, Contracting Officer, Janice L.
Gurganus, (910)451-2582, Additional Contact, FAX, (910)451-5629
Solicitation includes, various environmental and engineering projects
involving solid waste, hazardous waste, UST's, AST's, erosion control,
water pollution, air pollution, site assessments, thorough knowledge
of the RCRA, CAA, CWA, SWDA, and similar statutes and related permits;
the preparation of various permit applications shall require the
necessary supporting documentation required by the State of North
Carolina; collection and laboratory analysis of soil, water, and
various compounds; along with other miscellaneous design, preparation
of construction documents including plans, specifications, cost
estimates, record drawings, and review of shop drawings as the relate
to the above environmental projects. The firm must demonstrate
qualifications (with respect to the evaluation factors stated herein)
to perform design of the projects listed above. The contract scope may
require evaluation and definition of asbestos materials and toxic
waste disposition and/or pollution control work. Firms must be prepared
to accept the aforementioned as a part of their contract
responsibility. The contract will be of the Firm Fixed Price -
Indefinite Quantity type. The duration of the contract will be for one
(1) year from the date of the initial contract award. The proposed
contract includes one (1) one year Government option for the same basic
professional skills. The total A&E fee that may be paid under this
contract will not exceed $500,000. The A-E must demonstrate his and
each key consultant's qualifications with respect to the published
evaluation factors for design and all option services. Evaluation
factors (1) through (6) are of equal importance; factors (7) and (8)
are of lesser importance than factors (1) through (6). Specific
evaluation factors include: (1) Professional qualifications of firm and
staff proposed with respect to solid waste, hazardous waste, UST's,
AST's, erosion control, water pollution, air pollution, site
assessments, thorough knowledge of the RCRA, CAA, CWA, SWDA, and
similar statutes and related permits; the preparation of various permit
applications shall require the necessary supporting documentation
required by the State of North Carolina; collection and laboratory
analysis of soil, water, and various compounds; along with other
miscellaneous design, preparation of construction documents including
plans, specifications, cost estimates, record drawings, and review of
shop drawings as the relate to the above environmental projects. Firms
will be evaluated in terms of the design staff's following
qualifications: (a) active professional registration in the state in
which the design services will be performed (permit applications
require North Carolina registration); and (b) experience (with present
and other firms) and roles of staff members, specifically on the types
of projects addressed above. (2) Specialized recent experience
demonstrating the technical competence of particular staff members to
design the projects addressed in evaluation factor number one. Firms
will also be evaluated upon: (a) specific knowledge of the construction
materials and practices of Eastern North Carolina; and the Federal and
State of North Carolina laws, regulation, codes and permits applicable
to projects of this nature; and (b) the firm's experience in providing
construction phase services (shop drawing review, as-built drawing
preparation). (3) Capacity of the proposed design team to accomplish
the following schedules: Submission of proposal 15 days following RFP.
Final design submittal within 120 days of contract award. (4) Past
performance on contracts with Government agencies and private industry
in terms of the following: (a) cost control techniques employed by the
firm as demonstrated by the ability to establish an accurate project
budget and design to this budget as evidenced by the low bid amount;
(b) quality of work as demonstrated by the history of design related
change orders issued during construction; (c) demonstrated long term
business relationships and repeat business with Government and private
customers; and (d) demonstrated compliance with performance schedules.
(5) Specific internal quality control procedures proposed for projects
of this nature. Firm will be evaluated on the acceptability of their
internal quality control program use to ensure technical accuracy and
discipline coordination of plans and specifications. (6) Knowledge in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. (7) Location in the
general geographical area of the project. (8) The volume of work
previously awarded to the firm by the Department of Defense shall also
be considered, with the object of effecting an equitable distribution
of Department of Defense architect-engineer firms, including small and
small disadvantaged business firms, and firms that have not had
Department of Defense contracts. Architect-Engineer (A-E) firms which
meet the requirements described in this announcement are invited to
submit complete, updated Standard Forms 254, Architect Engineer and
Related Services Questionnaire, and 255, Architect-Engineer Related
Services for Specific Project, to the office shown above. A-E firms
utilized by the prime A-E must also submit completed Standard Form 254.
We need only one copy of all forms. 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 to
practice the professions of architecture or engineering (i.e.; state
registration number). Clearly show the office location where work will
be done and the experience of those that will do the work and their
locations. The closing date for this announcement is 1 December 1995.
Firms must submit forms to this office by 4:00 p.m. on the closing
date. See Note 24. This is not a request for proposal. (0300) Loren Data Corp. http://www.ld.com (SYN# 0015 19951030\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|