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