|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1996 PSA#1598OICC/ROICC JACKSONVILLE, NAVFACENGCOM CONTRACTS, 1005 MICHAEL RD., CAMP
LEJEUNE, NC 28547-2521 C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING AND
DESIGN SERVICES FOR VARIOUS PROJECTS AT MARINE CORPS BASE, CAMP
LEJEUNE, NORTH CAROLINA SOL N62470-96-D-4462 DUE 062196 POC Contact
Point, Jerry Williams, (910)451-5598, Contracting Officer, Janice L.
Gurganus, (910)451-2582, Additional Contact, FAX, (910)451-5629
Solicitation includes various environmental and engineering projects
involving remediation, UST/AST compliance, wetlands, groundwater
resource studies, water pollution, erosion control, site assessments,
thorough knowledge of RCRA, CWA, and similar statutes and related
permits; the preparation of various permit applications shall require
the necessary supporting documentation required by the State of North
Carolina; collection and laboratory analysis of soil, water and various
compounds; along with design, preparation of construction documents
including plans, specifications, cost estimates, record drawings, and
review of shop drawings, of the projects mentioned above. The firm must
demonstrate qualifications (with respect to the evaluation factors
stated herein) to perform design of the projects listed above. The
contract scope may require evaluation and definition of asbestos
containing materials, lead paint and toxic waste disposition and/or
pollution control work. Firms must be prepared to accept the
aforementioned as a part of their contract responsibility. The contract
will be of the Firm Fixed Price - Indefinite Quantity type. The
duration of the contract will be for one (1) year from the date of the
initial contract award. The proposed contract includes one (1) one
year Government option for the same basic professional skills. The
total A&E fee that may be paid under this contract will not exceed
$500,000. The A-E must demonstrate his and each key consultant's
qualifications with respect to the published evaluation factors for
design and all option services. Evaluation factors (1) through (6) are
of equal importance; factors (7) and (8) are of lesser importance than
factors (1) through (6). Specific evaluation factors include: (1)
Professional qualifications of firm and staff proposed with respect to
remediation, UST/AST compliance, wetlands, groundwater resource
studies, water pollution, erosion control, site assessments, thorough
knowledge of RCRA, CWA, and similar statutes and related permits; the
preparation of various permit applications shall require the necessary
supporting documentation required by the State of North Carolina;
collection and laboratory analysis of soil, water and various
compounds; along with other miscellaneous design of projects of the
type listed above. Firms will be evaluated in terms of the design
staff's following qualifications: (a) active professional registration
in the state in which the design services will be performed (permit
applications require North Carolina registration); and (b) experience
(with present and other firms) and roles of staff members, specifically
on the types of projects addressed above. (2) Specialized recent
experience demonstrating the technical competence of particular staff
members to design the projects addressed in evaluation factor number
one. Firms will also be evaluated upon: (a) specific knowledge of the
construction materials and practices of Eastern North Carolina; and the
Federal and State of North Carolina laws, regulation, codes and permits
applicable to projects of this nature; and (b) the firm's experience in
providing construction phase services (shop drawing review, as-built
drawing preparation). (3) Capacity of the proposed design team to
accomplish the following schedules: Submission of proposal 15 days
following RFP. Final design submittal within 120 days of contract
award. (4) Past performance on contracts with Government agencies and
private industry in terms of the following: (a) cost control techniques
employed by the firm as demonstrated by the ability to establish an
accurate project budget and design to this budget as evidenced by the
low bid amount; (b) quality of work as demonstrated by the history of
design related change orders issued during construction; (c)
demonstrated long term business relationships and repeat business with
Government and private customers; and (d) demonstrated compliance with
performance schedules. (5) Specific internal quality control procedures
proposed for projects of this nature. Firm will be evaluated on the
acceptability of their internal quality control program used to ensure
technical accuracy and discipline coordination of plans and
specifications. (6) Knowledge in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design. (7) Location in the general geographical area of the
project. (8) 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
architect-engineer firms, including small and small disadvantaged
business firms, and firms that have not had Department of Defense
contracts. Architect-Engineer (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 Related Services for
Specific Project, to the office shown above. A-E firms utilized by the
prime A-E must also submit completed Standard Form 254. We need only
one copy of all forms. In block 10 of the SF 255, discuss why the firm
is especially qualified based upon synopsized evaluation factors and
provide evidence that your firm is permitted by law to practice the
professions of architecture or engineering (i.e.; state registration
number). Clearly show the office location where work will be done and
the experience of those that will do the work and their locations. The
closing date for this announcement is 21 June 1996. Firms must submit
forms to this office by 4:00 p.m. on the closing date. See Note 24.
This is not a request for proposal. (0137) Loren Data Corp. http://www.ld.com (SYN# 0019 19960517\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|