Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1995 PSA#1493

SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA 92132-5187

C -- A-E SERVICES FOR THE PREPARATION OF AN ENVIRONMENTAL IMPACT STATEMENT (EIS) DOCUMENT FOR THE LONG BEACH NAVAL SHIPYARD COMPLEX, LONG BEACH, CALIFORNIA SOL N68711-96-C-2079 DUE 012296 POC Kathy Luhmann/Contract Specialist, (619) 532-2721, Nancy J. Trent/Contracting Officer, (619) 532-2853. Firm Fixed Price. Architect-Engineer (A-E) services are required for the preparation of an Environmental Impact Statement (EIS) document in compliance with the National Environmental Policy Act (NEPA), and other federal and state regulations, for the property disposal and reuse of Long Beach Naval Shipyard Complex, Long Beach, California in support of Department of the Navy programs including Base Realignment and Closure (BRAC). The Government has reasonable expectations that a sufficient number of small business concerns located within the vicinity of Long Beach Naval Complex are qualified to perform this requirement, therefore, in accordance with P.L. 103-160, Preference for Local and Small Businesses and the Base Realignment and Closure Law, this procurement is being set-aside for small businesses only nation-wide (please refer to SIC Code 8711). Environmental planning services are required along with the preparation of planning documents for NEPA compliance, biological resources studies and technical reports, noise and transportation studies, socioeconomic analysis and coordination with the City of Long Beach staff and the Local Redevelopment Authority consultants. Extensive public involvement will be necessary and presentations to other agencies and the public will be required. The Local Redevelopment Authority will prepare and approve the Reuse Plan and the associated Environmental Impact Report (EIS) required by California law, which will be used in association with the EIS. The proposed reuses will likely be port- related, however, the proposed reuse and alternatives have not been identified at this time. Alternatives to be analyzed in the EIS will include those developed during the Reuse Plan and EIS scoping processes. Anticipated environmental issues include circulation (rail and road), air quality, dredging, endangered species and land use compatibility. All documentation and services shall be performed in accordance with NEPA and Navy implementing regulations. Qualifying small business must submit SF 255 in response to this synopsis by the due date listed above. A-E Selection criteria will include (in order of importance): (1) Recent specialized experience of the firm (including consultants) in the preparation of environmental documentation in compliance with NEPA for controversial redevelopment projects open to public scrutiny and demonstrated expertise in port planning, noise and air quality analyses, traffic engineering and transportation facilities development, socioeconomics and public relations. Also, knowledge of and familiarity with California Environmental Quality Act (CEQA) requirements and process. Do not list more than a total of 10 projects in block 8. Include point of contact name and telephone number in block 8c for each project listed. Indicate which consultants from the proposed team, if any, participated in the preparation of planning documentation for each project. (2) Professional qualifications of the staff to be assigned to the project will include professional and technical support with experience and knowledge in the preparation of environmental documentation in compliance with NEPA for controversial redevelopment projects open to public scrutiny and demonstrated expertise in port planning, noise and air quality analyses, traffic engineering transportation facilities development, and public relations. List only the team members who will actually perform major tasks (including field surveys and report writing) under this project and their qualifications which should reflect the individual's potential contribution to this project. (3) Capacity to perform work. (4) 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). (5) 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. (6) Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (includin consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. 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 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 (4). 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 facsimil SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s): 1, 24. (0349)

Loren Data Corp. http://www.ld.com (SYN# 0016 19951218\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page