|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1995 PSA#1475SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- A-E SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR POTABLE
WATER, STORM WATER, GROUNDWATER, AND WASTEWATER ENVIRONMENTAL PROJECTS
AT VARIOUS SOUTHWEST DIVISION IN CA, NV, AZ, AND NW SOL
N68711-96-D-2053 DUE 122795 POC Julia Garcia/Contract Specialist, (619)
532-2678, Nancy Trent/Contracting Officer, (619) 532-2853. The
Southwest Division, Naval Facilities Engineering Command, San Diego,
California is currently seeking services for an architect/engineering
firm to perform/prepare site investigation and studies/plans/analysis
for projects involving potable water (lead or copper studies,
hydrology, chlorination, maximum containment levels), storm water
(management plans, dry/wet season observation, illicit discharge
management, NPDES General Permit), groundwater (well draw down/pump
test, groundwater containment monitoring), and wastewater (to include
industrial wastewater, NPDES permits, industrial pretreatment, chemical
oxygen demand, biological oxygen demand) on Marine Crops and Navy
Activities at various locations in California, Nevada, Arizona and New
Mexico. Services required are: A firm fixed-price, Indefinite Quantity
Contract for a base year with an option for an additional one year
period will be awarded in a not to exceed amount of $5,000,000. The
base year shall not exceed $2,500,000 and the option year shall not
exceed $2,500,000. The individual delivery order limitation may not
exceed $500,000. The guaranteed minimum contract amount for the base
year is $50,000 and if the government exercise the option, $50,000 for
the option year. A/E selection criteria will include (in order of
importance): (1) Recent specialized experience of the firms, and/or
proposed consultants in performing field investigations and preparing
studies/analysis/recommendations/plans relating to potable water, storm
water, groundwater and wastewater, which involved collection and
distribution systems, pollution monitoring plans, containment and
control plans, obtaining environmental permits, and interfacing with
regulatory agencies in California, Nevada, New Mexico and Arizona. (2)
Professional qualifications and capabilities of the staff to be
assigned to this project must include recent experience in performing
field investigations and preparing
studies/analysis/recommendations/plans relatin to potable water, storm
water, groundwater and wastewater, which involved collection and
distribution systems, pollution monitoring plans, containment and
control plans, obtaining environmental permits, and interfacing with
regulatory agencies in California, Nevada, New Mexico and Arizona. (3)
Past performance on contracts with government agencies and private
industry in terms of cost control, quality of work and compliance with
performance schedules. Indicate by briefly describing internal quality
assurance and cost control procedures and indicate team members who are
responsible for monitoring these processes. List recent awards,
commendations and other performance evaluations (do not submit copies).
(4) Location in the general geographic area of the project and
knowledge of the locality of the project, provided that the application
of this criterion leaves an appropriate number of firms given the
nature and size of this project. (5) Capacity and ability to perform
under a highly accelerated schedule, including willingness to provide
data using Navy Environmental Data Transfer Standards, indicate the
firms present workload and the availability of the project team
(including consultants) for the specified contract performance period
and indicate specialized equipment available and prior security
clearances. (6) List the small or disadvantaged or woman-owned business
firms used as primary consultants or as subconsultants. If a large
business concern is selected for this contract, they will be required
to submit a subcontracting plan that should reflect a minimum 5% Small
Disadvantaged Business of the amount to be subcontracted out. Those
firms which meet the requirements described in this announcement and
wish to be considered, must submit one copy each of a SF 254 and a SF
255 for the firm and a SF 254 for each consultant listed in block 6 of
the firms SF 255. One copy of the submittal package is to be received
in this office no later than 3:00 P.M. Pacific Time on the due date
indicated above. Should the due date fall on a weekend or holiday, the
submittal package will be due the first workday there after.
Submittals received after this date and time will not be considered.
Additional information requested of applying firms: indicate
solicitation number in block 2b, CEC (Contractor Establishment Code)
and/or Duns number (for the address listed in block 3) and TIN number
in block 3, telefx number (if any) in block 3a and discuss why the firm
is especially qualified based on the selection criteria in block 10 of
the SF 255. For firms applying with multiple offices, indicate the
office which completed each of the projects listed in block 8 and list
which office is under contract for any contracts listed in block 9.
Use block 10 of the SF 255 to provide any additional information
desired. Personal interviews may not be scheduled prior to selection of
the most highly qualified firm. SF 255's shall not exceed 30 printed
pages (double sided is two pages/organizational charts and photographs
excluded, exception: photographs with text will be considered as a
page). All information must be included on the SF 255 (cover letter,
other attachments and pages in excess of the 30 page limit will not be
included in the evaluation process). Firms not providing the requested
information in the format (i.e. listing more than a total of 10
projects in block 8, not providing a brief description of the quality
control plan, not listing which office of multiple office firms
completed projects listed in block 8, etc.) directed by this synopsis
may be negatively evaluated under selection criteria (3). Firms, their
subsidiaries or affiliates, which design or prepare specifications for
a construction contract or procurement of supplies cannot provide the
construction or supplies. This limitation also applies to subsidiaries
and affiliates of the firm. This is not a request for proposal.
Telegraphic and facsimile SF 255's will not be accepted. Site visits
will not be arranged during the submittal period. See Numbered Note(s):
24. (0324) Loren Data Corp. http://www.ld.com (SYN# 0035 19951121\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|