|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1996 PSA#1599OICC/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-4465 DUE 062896 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 polychlorinated biphenyl (PCB) sampling and analysis in
accordance with EPA Method 420.1, PCB as Phenolics, and with 40 CFR
761.40 and 40 CFR 761.45; replacement of PCB contaminated devices, and
high voltage electrical field work; along with design, preparation of
construction documents including plans, specifications, cost
estimates, record drawings, and review of shop drawings, of the
projects mentioned above. All laboratory analysis will be certified in
the State of North Carolina. 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 polychlorinated biphenyl (PCB) sampling
and analysis in accordance with EPA Method 420.1, PCB as Phenolics,
and with 40 CFR 761.40 and 40 CFR 761.45; replacement of PCB
contaminated devices, and high voltage electrical field work; along
with 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 28 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. (0138) Loren Data Corp. http://www.ld.com (SYN# 0015 19960520\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|