|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1997 PSA#1779Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE,
Poulsbo, WA 98370-75 C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR REGIONAL ISO
14000 IMPLEMENTATION SUPPORT AT VARIOUS ENGINEERING FIELD ACTIVITY,
NORTHWEST SUPPORTED ACTIVITIES SOL N44255-97-D-5710 POC Gini Dashiell,
Contract Specialist, (360) 396-0240; Catherine J. Collins, Contracting
Officer, (360) 396-0952. This firm fixed-price, indefinite quantity
contract shall be for Architect-Engineer services to support the
establishment and implementation of ISO 14000 elements for Commander,
Naval Base Seattle (COMNAVBASE); Engineering Field Activity, Northwest
(EFA NW) regional program; individual installation programs; and other
EFA NW supported Commands. Projects will be primarily in Washington
State; however, work may be performed at supported activities along the
U.S. west coast. General services for ISO 14000 implementation support
include provision, development, or assistance in formulating strategic
environmental planning, gap analysis, document and data control
systems, training for program implementation, monitoring and
measurement systems, and management review processes. Specific services
include but are not limited to: development of ISO 14001 Environmental
Management Systems (EMS), development of ISO 14010 EMS Audit systems
including training of internal and external auditors, development of
ISO 14030Environmental Performance Evaluation Systems, development of
ISO 14040 Life Cycle Cost Assessment Systems, and development of links
and integration methodologies with ISO 9000 Quality Systems being
concurrently developed. SELECTION CRITERIA: Prioritized selection
criteria in descending order of importance are: (1) Professional
qualifications of the staff to be assigned to this contract, which are
necessary for satisfactory performance of the required services above.
In Block 4 of the SF-255 (Personnel by Discipline), show the entire
proposed team by listing prime contractor employees in the blanks
provided, and personnel from the consultants to the left in
parentheses. (2) Specialized experience and technical competence of the
firm (including team consultants) in the development, delivery, and
implementation of ISO 14000 products and services including gap
analysis, Environmental Management Systems, training of environmental
auditors, environmental audits, strategic environmental plans, document
control systems procedure/process control systems, life cycle analysis
of environmental programs and product/service lines, and integration
with ISO 9000 systems. A narrative describing the type, complexity, and
features of these completed/on-going products and services is required.
For firms with multiple offices, indicate which office completed each
of the projects listed in Block 8. Also indicate which consultants from
the proposed team, if any, participated in projects listed in Block 8.
(3) Past performance on contracts with Government agencies and private
industry in terms of quality of work and compliance with performance
schedules. List recent performance awards, commendations, and other
performance evaluations. List clients for whom the products/services
under the Specialized Experience criterion above have been provided.
Include a contact name, title, and current telephone and fax numbers
for each of these clients. (4) Corporate and product quality program
effectiveness. Address office work, field work, and subcontracted work.
(5) Capacity of the firm to accomplish multiple concurrent task orders
for varied Naval activities. (6) Knowledge of the locality of the
project, provided that application of this criterion leaves an
appropriate number of qualified firms, given the nature and size of the
project. (7) Demonstrated success in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design. **Note: Criteria numbers (8) through (10) shall be
used as secondary evaluation factors if application of (1) through (7)
should result in firms being ranked as equals. (8) Location in the
general geographical area of the projects. (9) Classification of the
prime contractor as a small, small disadvantaged or woman-owned
business, or making use of such firms and historically black
colleges/universities or minority institutions as team subcontractors.
(10) Volume of work previously awarded to the firm by the Department
of Defense. List in the SF-255 the total dollar amount of prime DOD
contract awards for the previous 12 months. The object is to effect an
equitable distribution of DOD contracts among qualified A-E firms
including small, small disadvantaged, woman-owned businesses, and firms
that have not had prior DOD contracts. GENERAL INFORMATION: The
proposed procurement will result in the award of one contract with a
maximum value of $300,000 for the base year plus $200,000 for each of
two option years, each of which may be unilaterally awarded by the
Government. The contract minimum guarantee for the base year shall be
$15,000, or the value established by award of a seed project. The
minimum guarantee for each option year if exercised by the Government
shall be $10,000, or the value established by award of a seed project.
The minimum and maximum values of individual contract task orders
executed under this contract are $2,500 and $150,000, respectively. The
estimated start date is April 1997 with options available to the
Government to extend the contract for two one-year periods through
April 2000. Qualified firms desiring consideration shall submit (a) one
copy of the SF-255 including organization chart of key personnel to be
assigned to this contract, and (b) a SF-254 for the prime and each
team subcontractor to Engineering Field Activity, Northwest, Attn: Ms
Gini Dashiell (Code R021GD), 19917-7th Ave. NE, Poulsbo, WA 98370-7570
not later than 4:00 PM Pacific Time on 17 March 1997. Note: Failure to
submit the aforementioned items and the amount of DOD fees awarded to
the firm will reflect negatively on the firm's submittal during the
evaluation process. Award may be made without conducting interviews.
Unnecessarily elaborate brochures or other presentations beyond those
sufficient to present a complete and effective response to this
announcement are not desired. Requests for debriefing and for
information concerning the progress of the selection will not be
entertained prior to 45 days after the SF 254/255 submittal due date.
Telegraphic and facsimile SF-254/255's will not be accepted. This
procurement is open to all business concerns. The SIC Code for this
procurement is 8711, the small business size standard is $2.5 million
annual gross revenue for the last three fiscal years. This is a request
for applications under Brooks Act Architect-Engineer selection
procedures. THIS IS NOT A REQUEST FOR PROPOSALS, and NO solicitation
package or bidders/planholders list will be issued. No additional
technical information is available at this time. (0037) Loren Data Corp. http://www.ld.com (SYN# 0026 19970210\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|