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