Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1995 PSA#1475

Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code 0211)

C -- A-E SERVICES FOR ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS AND RELATED STUDIES OF WATER AND SEWAGE SYSTEMS AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC AND INDIAN OCEAN SOL N62742-96-R-0001 POC Contact Mr. Danny Lau, Contract Specialist, (808) 474-9392 Services include, but are not limited to preparation of environmental investigations, studies, reports, management plans, permit applications relating to water and sewage systems, preliminary engineering designs, and cost estimates. The A-E will be required to obtain microbiology/toxicology/ chemistry laboratory services. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify them and provide for their disposal in the required engineering documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The contract will be of the Indefinite Quantity type where the work will be required on an ''as-needed'' basis during the life of the contract providing the Government and contractor agree on the amount. Each project contract will be a firm fixed price A-E Contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract shall not exceed twelve months or $1,000,000 total fee, whichever comes first. The Government guarantees a minimum amount of $50,000. The Government reserves the option to extend the contract for an additional year. There will be no future synopsis in the event the option included in the contract is exercised. Estimated date of contract award is December 1995. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed to perform environmental investigations, studies and designs related to water and waste water utility systems. (2) Specialized recent experience and technical cmpetence of firm or particular staff members in Federal and local regulatory requirements; water treatment and distribution systems; sewage and industrial waste collection, including its treatment and disposal; storm water discharge management; oily waste collection and treatment facilities; and spill prevention/response management. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Architect-Engineer firm's quality control practices/techniques. (6) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves 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 shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. (8) Use of Small or Small Disadvantaged or Women-owned Small Business firms shall also be considered. A Subcontracting Plan is required from large business firms. This prospective contract is a potential 100 percent set-aside for small business (SB) concerns. The small business size standard classification is SIC 8712 ($2.5 million in annual receipts). If adequate interest is not received from highly qualified SB concerns, this solicitation will automatically be opened to all firms regardless of size or concern without further notice. Replies to this notice are, therefore, requested from all concerns as well as SB concerns. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. All 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 and Related Services Questionnaire for Specific Project, to the office shown above. A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Only one copy of each form is required. IN BLOCK 10 AND AN ADDENDUM THERETO, IF NECESSARY, STAE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. FOR SELECTION EVALUATION CRITERION ''(2)'', PROVIDE THE FOLLOWING INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING THESE COLUMN HEADINGS: ''NAME'', ''RELATED PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', AND ''TECHNICAL ROLE''. Show the office location where work will be done and describe the experience and location of those that will do the work. Firms responding to this announcement within 30 days from publication date will be considered. Firms must submit forms to the Contracts Department by 2:00 p.m. HST, on the closing date. Should the due date fall on a weekend or holiday, Standard Forms 254 and 255 will be due the first workday thereafter. This is not a request for aproposal. See Note 24. (0324)

Loren Data Corp. http://www.ld.com (SYN# 0043 19951121\C-0019.SOL)


C - Architect and Engineering Services - Construction Index Page