|
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
ENVIRONMENTAL/HAZARDOUS WASTE ENGINEERING AT VARIOUS SOUTHWEST DIVISION
LOCATIONS IN CA, NV, AZ, AND NM SOL N68711-96-D-2029 DUE 122295 POC
Tammie Maeder/Contract Specialist, (619) 532-3670, Nancy J.
Trent/Contracting Officer, (619) 532-2853. Firm Fixed Price Contract
for Architect-Engineer services are required to perform/prepare solid
and hazardous waste permits, hazardous substance management, laboratory
services, site health and safety plans, RCRA corrective action,
preparation of risk assessment data, asbestos surveys/studies and lead
surveys/studies on Marine Corps and Navy Activities at various
locations in California, Nevada, Arizona, and New Mexico. An Indefinite
Quantity Contract will be awarded in a not to exceed amount of
$2,500,000 or for a period of 365 days from date of contract award. The
A-E fee for any one project may not exceed $500,000. If the Government
exercises the option to extend the contract, the total amount of the
contract shall not exceed $5,000,000. The minimum contract amount will
be $50,000. The estimated start date is February 1996. The estimated
completion date of the original contract is February 1997. A/E
selection criteria will include (in order of importance): (1) Recent
specialized experience of the firm and/or proposed consultants in
performing field investigation and preparing plans/studies/analysis
relating to hazardous substance management, hazardous waste
minimization, laboratory services, site health and safety plans, RCRA
corrective action and Part B permitting, preparation of risk assessment
data, asbestos surveys/studies, lead surveys/studies and obtaining
environmental permits. (2) Professional qualifications of the staff in
preparation of plans/studies/analysis relating to field investigation
and preparing plans/studies/analysis relating to hazardous substance
management, hazardous waste minimization, laboratory services, site
health and safety plans, RCRA corrective action and Part B permitting,
preparation of risk assessment data, asbestos surveys/studies, lead
surveys/studies and obtaining environmental permits, the specific
duties these individuals will perform on this contract, their position
in your firm and their experience relevant to the type of work
described in (1 above. (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
- Capacity to accomplish the work in the required time. 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, telefax 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 lised 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# 0038 19951121\C-0014.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|