|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1996 PSA#1599SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- A-E SERVICES FOR SITE ASSESSMENT OF VARIOUS UNDERGROUND STORAGE
TANK (UST) SITES AT MARINE CORPS BASE (MCB), CAMP PENDLETON, CA AND
MARINE CORPS AIR STATION (MCAS), CAMP PENDLETON, CA SOL
N68711-96-C-2206 DUE 062796 POC Cassey Sheppard/Contract Specialist,
(619) 532-1198, Nancy Trent/Contracting Officer, (619) 532-2853. Firm
Fixed Price. Provide Architectural-Engineering services to conduct site
assessments of various Underground Storage Tank (UST) sites at Marine
Corps Base (MCB), Camp Pendleton and Marine Corps Air Station (MCAS),
Camp Pendleton, California. The site assessments shall determine the
full horizontal and vertical extent of contamination due to UST
leakage, identify the impact on the environment and public health and
safety, and recommend remediation alternatives along with associated
costs. The estimated start date is September 1996. The estimated
completion date is February 1998. The estimated contract value is
between $1,000,000 and $5,000,000. A-E Selection criteria will include
(in order of importance): (1) Recent specialized experience of the
firm (including consultants) in the area of Site Assessment and
Mitigation, with primary focus on Underground Storage Tanks.
Demonstrate familiarity with County of San Diego Site Assessment and
Mitigation (SA/M) Manual, County of San Diego Hazardous Materials
Management Division (HMMD) operations, San Diego Regional Water Quality
Control Board (RWQCB) regulations and guidelines, Lawrence Livermore
National Laboratory Recommendations to Improve the Cleanup Process for
California Leaking Underground Fuel Tanks (LUFT), as well as other
applicable Federal, State, and local codes and restrictions. (2)
Professional qualifications of the staff to be assigned to this project
in the area of Site Assessment and Mitigation, with primary focus on
Underground Storage Tanks. Demonstrate familiarity with County of San
Diego Site Assessment and Mitigation (SA/M) Manual, County of San Diego
Hazardous Materials Management Division (HMMD) operations, San Diego
Regional Water Quality Control Board (RWQCB) regulations and
guidelines, Lawrence Livermore National Laboratory Recommendations to
Improve the Cleanup Process for California Leaking Underground Fuel
Tanks (LUFT), as well as other applicable Federal, State, and local
codes and restrictions. (3) 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). (4) 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.
(5) Capacity to accomplish the work in the required time. Indicate the
firms present workload and the availability of the project team
(including consultants) for the specified contract performance period
and indicate specialized equipment available and prior security
clearances. (6) List the small or disadvantaged or woman- owned
business firms used as primary consultants or as subconsultants. If a
large business concern is selected for this contract, they will be
required to submit a subcontracting plan that should reflect a minimum
5% Small Disadvantaged Business of the amount to be subcontracted out.
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 (3). 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 facsimile SF 255's will not be accepted. Site visits
will not be arranged during the submittal period. See Numbered Note(s):
24. (0138) Loren Data Corp. http://www.ld.com (SYN# 0018 19960520\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|