Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1997 PSA#1779

Engineering 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