|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1997 PSA#1877Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Building 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR INDEFINITE QUANTITY CONTRACT FOR
PREPARATION OF ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS, AND
RELATED STUDIES FOR AIR POLLUTION CONTROL, POLLUTION PREVENTION, SOLID
WASTE, AND HAZARDOUS WASTE AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES,
PACIFIC AND IND SOL N62742-97-R-0015 POC Contact Ms. Audrey Y. Mikami,
Contract Specialist, (808) 474-9392 Services include, but are not
limited to preparation of environmental investigations, studies,
reports, management plans, engineering designs, and permit applications
related to air pollution control, pollution prevention, solid waste,
and hazardous waste. The firm should have bilingual (Japan & Korea)
capability for Far East projects. If asbestos or hazardous materials
exist, the Architect-Engineer (A-E) may be required to identify,
evaluate and recommend alternate methods for disposal in accordance
with applicable rules and regulations. The selected A-E may be required
to participate in a pre-fee meeting within seven days of notification
and provide a fee proposal within ten days of the meeting. The contract
will be of the Indefinite Quantity type where the work will be required
on an "as-needed" basis during the life of the contract providing the
Government and contractor agree on the amount. Each project contract
will be a firm fixed price A-E Contract. The Government will determine
the delivery order amount by using rates negotiated and negotiate the
effort required to perform the particular project. The contract shall
not exceed twelve months or $1,000,000 total fee, whichever comes
first. A-E fee per project shall not exceed $400,000. The Government
guarantees a minimum amount of $25,000. Should an impasse on price
occur over the initial and subsequent projects, the Government will
apply the dollar value of the Government estimate for that project or
projects towards the minimum guarantee. The Government reserves the
option to extend the contract for an additional four years for a total
of five years. There will be no future synopsis in the event the
options included in the contract are exercised. Estimated date of
contract award is September 1997. Proposals may be subject to an
advisory audit performed by the Defense Contract Audit Agency. The
following selection evaluation criteria, in relative order of
importance, will be used in the evaluation of A-E firms: (1)
Professional qualifications offirm and staff proposed for preparation
of environmental investigations, studies, reports, management plans,
engineering designs, and permit applications related to air pollution
control, pollution prevention, solid waste, and hazardous waste. The
firm should have bilingual (Japan & Korea) capability for Far East
projects (2) Specialized recent experience and technical competence of
firm or particular staff members in Federal, local regulatory and
final governing standards for air pollution control, pollution
prevention, solid waste, and hazardous waste.. (3) Past performance on
contracts with Government agencies and private industry in terms of
cost control, quality of work, and compliance with performance
schedules. (4) Capacity to accomplish the work in the required time.
(5) Architect-Engineer firm's quality control practices/techniques. (6)
Demonstrated success 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 and
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. (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 A-E contracts among qualified A-E firms and firms
that have not had Department of Defense contracts. (9) Use of Small or
Small Disadvantaged or Women-owned Small Business firms shall also be
considered. A Subcontracting Plan will be required from large business
firms with proposed fee of over $500,000. A-E firms shall address their
planned potential for usage of small business, small disadvantaged
business, women owned small business, historically black colleges and
minority institutions in Block 10 of the SF254. The subcontracting plan
is required to be submitted as part of the A-E's fee proposal. Each
firm's past performance and performance rating(s) will be reviewed
during the evaluation process and can affect the selection outcome. 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 and Related Services Questionnaire for Specific
Project, to the office shown above. A-E firms utilized by the prime A-E
must also submit completed Standard Forms 254 and 255. Only one copy of
each form is required. IN BLOCK 10 AND AN ADDENDUM THERETO, IF
NECESSARY, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF
THE ABOVE SELECTION EVALUATION CRITERIA. FOR SELECTION EVALUATION
CRITERION "(2)", PROVIDE THE FOLLOWING INFORMATION FOR ONLY THE STAFF
PROPOSED FOR THIS WORK USING THESE COLUMN HEADINGS: "NAME", "RELATED
PROJECTS WORKED ON", "YEAR", "FIRM", AND "TECHNICAL ROLE". Show the
office location where work will be done and describe the experience and
location of those that will do the work. Firms responding to this
announcement within 30 days from publication date will be considered.
Firms must submit forms to the Contracts Department by 2:00 p.m. HST,
on the closing date. Should the due date fall on a weekend or holiday,
Standard Form 254 and 255 will be due the first workday thereafter.
Firms having a current SF 254 on file with this office may also be
considered. This is not a request for a proposal.***** MMMM (0176) Loren Data Corp. http://www.ld.com (SYN# 0030 19970630\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|