|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1995 PSA#1463OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PSC Box 8006, Cherry
Point, NC 28533-0006 C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING AND
DESIGN SERVICES Sol N62470-96-D-5827 due 120795. Contact Mr. Larry
Leland, Telephone (919)466-4721, Contracting Officer, M.J. Patterson,
CDR, CEC, USN. This solicitation is for a general environmental
engineering contract potentially involving all aspects of environmental
study and design work. This is not a request for proposals. The
contract will be of the Firm Fixed Price-Indefinite Quantity type. The
duration of the contract will be for one year from the date of the
initial contract award; however, the government reserves the option to
extend the contract for an additional 12 months. Subject to necessary
changes, the total A&E fee that may be paid under this contract will
not exceed $1,000,000. An initial project has not yet been selected and
specific information concerning potential upcoming projects should not
be solicited. Project work secured under this contract will be on an
as-needed basis. Typical expertise required includes all types of
environmental engineering services such as soil and groundwater
sampling, laboratory analysis, interpretation of sampling results, site
closure plans, location surveying, field investigation, management plan
development, report of findings, and environmental engineering designs
including preparation of plans, specifications, cost estimates, and
review of construction shop drawings. Projects may include taking part
in negotiations with regulatory officials on behalf of the Air
Station. Firm must be prepared to accept the aforementioned as a part
of their contract responsibility. The firm must demonstrate
qualifications with respect to the evaluation factors stated herein.
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) and (2) are of equal and
greatest importance; factors (6) and (7) are of lesser importance than
factors (1) through (5). Pertinent statements relative to the
evaluation factors shall be included in Part 10 of form SF 255.
Superfluous information is discouraged. Specific evaluation factors
include: (1) Professional qualifications of the firm's proposed
personnel and its consultants (if proposed), necessary for satisfactory
performance of required services. Resumes shall be included only for
key persons expected to perform work under this contract, shall show
location of assigned office, shall briefly describe anticipated role in
performing contract work, and shall highlight specific training,
certification and experience relative to anticipated contract project
assignments. (2) Specialized recent experience of the firm (including
consultants) and technical competence in the type of work required.
Cite examples of prior work relationship(s) with proposed
consultants/associates. In SF 255 Block 8, provide a synopsis of the
scope of work, point of contact and telephone number for each project
listed. Specific projects listed shall include a cross reference to the
names of persons identified in evaluation factor 1. Highlight projects
which require specific knowledge of the environmental laws and
regulations affecting Federal facilities; and the Federal and State of
North Carolina laws, regulations, codes, and permits applicable to
projects of this nature. A good working relationship with State of
North Carolina environmental agencies and an understanding of
regulatory requirements may be critical on some projects. Provide
evidence that your firm is permitted by law to practice the profession
of engineering in the State of residence, i.e., state registration
number. (3) Capacity to accomplish the work in the required time. Firms
shall indicate projected workloads through the life of the contract and
shall identify any major pending projects or organizational changes
that could impact the ability to dedicate personnel and resources to
this contract. (4) Past performance on contracts with Government
agencies and private industry in terms of demonstrated compliance with
performance schedules for projects listed in Block 8 and evidence of
demonstrated long term business relationships and repeat business with
Government and private customers. Firms are encouraged to submit
contact names, performance ratings, and letters of commendation
received for the specific projects identified in evaluation factor 2.
(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 used to ensure technical accuracy and
discipline coordination for engineering services, plans and
specifications. (6) Geographical location of the firm (including
consultants) and knowledge of the locality of the work area.
Application of this criteria is contingent upon receiving an
appropriate number of qualified firms, given the nature and size of the
project. (7) The volume of work previously awarded to the firm by the
Department of Defense (DOD) shall also be considered, with the object
of effecting an equitable distribution of DOD architect-engineer
contracts among qualified architect-engineer firms. Firms shall list
contract titles and the total dollar value of DOD contracts that they
have been awarded over the last twelve month period. Firms which meet
the requirements described in this announcement are required to submit
one copy each of completed SF 254 and SF 255 forms. Copies of SF 254
forms are also required for proposed consultants and copies of SF 255
forms are encouraged for proposed consultants who are expected to
contribute significantly to the contract. Inquiries shall refer to
contract number and title. This proposed contract is being solicited on
an unrestricted basis. A subcontracting plan will be applicable to this
solicitation. (299) Loren Data Corp. http://www.ld.com (SYN# 0023 19951030\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|