|
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- A-E SERVICES FOR ENVIRONMENTAL/HAZARDOUS SUBSTANCE/WASTE
ENGINEERING/IR/UST SUPPORT AT VARIOUS SOUTHWESTDIV LOCATIONS IN CA, NV,
AZ, AND NM SOL N68711-98-D-5537 DUE 081798 POC Karen Mason/Contract
Specialist, 619-532-3752, Maria Williams/Contracting Officer,
619-532-2867 This proposed contract is being solicited on a restricted
basis for firms eligible for participation in the SBA 8(a) Program.
Firm Fixed Price Architect-Engineer services are required for various
environmental projects on U.S. Navy and Marine Corps bases in the
United States, to ensure compliance with applicable federal, state and
local environmental laws and in support of the Installation
Restoration (IR) Program and the Underground Storage Tank (UST)
Program. Projects include laboratory services, soil borings, monitoring
wells, health and safety plans, risk assessment, Hazardous Waste
Management Plans, Waste Analysis Plans, Closure and Post Closure Plans,
Oil & Hazardous Substance Contingency Plans, Asbestos Surveys and
Studies, Lead-based Paint Surveys and Studies, Hazardous Waste Surveys
and Studies, PCB Elimination Plans, Hazardous Waste Minimization
Plans, Pollution Prevention Plans, Spill Prevention Control and
Counter-Measures (SPCC) Plans, preparation of reports, documents and
correspondence, and coordination with the regulatory agencies. The
contractor shall provide these services at U.S. Navy and Marine Corps
facilities in California, Nevada, Arizona, and New Mexico. The contract
will be awarded as a firm-fixed price, indefinite-quantity contract not
to exceed $2,500,000 or 365 days from date of contract award, whichever
occurs first. The Government has the option to extend this contract for
an additional 365 calendar days or until an additional $2,500,000 is
reached. The total amount of the contract shall not exceed $5,000,000.
The A-E fee for any one project shall not exceed $500,000. The minimum
contract amount will be $50,000. The estimated start date is 01 October
1998. A-E selection criteria will be based on (in order of importance):
(1) Recent specialized experience of the firm (including consultants)
in performing work in accordance with CERCLA as amended by SARA, NCP
and RCRA and in providing laboratory services, soil borings, monitoring
wells, health and safety plans, risk assessment, Hazardous Waste
Management Plans, Waste Analysis Plans, Closure and Post Closure Plans,
Oil & Hazardous Substance Contingency Plans, Asbestos Surveys and
Studies, Lead-based Paint Surveys and Studies, Hazardous Waste Surveys
and Studies, PCB Elimination Plans, Hazardous Waste Minimization
Plans, Pollution Prevention Plans, Spill Prevention Control and
Counter-Measures (SPCC) Plans, preparation of reports, documents and
correspondence, and coordination with the regulatory agencies for UST
site closures, and Field Investigation Reports. Do not list more than
a total of 10 projects in block 8. Indicate which consultants from the
proposed team, if any, participated in related services on each
project. (2) Professional qualifications of the key staff assigned to
this project in performing work in accordance with CERCLA as amended by
SARA, NCP and RCRA and in providing laboratory services, soil borings,
monitoring wells, health and safety plans, risk assessment, Hazardous
Waste Management Plans, Waste Analysis Plans, Closure and Post Closure
Plans, Oil & Hazardous Substance Contingency Plans, Asbestos Surveys
and Studies, Lead-based Paint Surveys and Studies, Hazardous Waste
Surveys and Studies, PCB Elimination Plans, Hazardous Waste
Minimization Plans, Pollution Prevention Plans, Spill Prevention
Control and Counter-Measures (SPCC) Plans, preparation of reports,
documents and correspondence, and coordination with the regulatory
agencies for UST site closures, and Field Investigation Reports.
Indicate the specific duties these individuals will perform on this
contract, their position in your firm and their experience related to
this type of work. (3) Past performance on contracts with government
agencies and/or private industry, in term of cost control, quality of
work and compliance with the performance schedules. Indicate by briefly
describing internal quality assurance and cost control procedures and
the team members who are responsible for these procedures. (4) Capacity
and ability to perform under a highly accelerated schedule. Capacity to
accomplish the work in the required time. Indicate the firm's present
workload and the availability of the project team (including the
consultants) for the specified contract performance period and indicate
specialized equipment available, and prior security clearances. (5)
Location in the general geographic area of the projects and knowledge
of the locality of the projects, provided that the application of this
criterion leaves an appropriate number of firms given the nature and
size of this contract. (6) List the small or disadvantaged or
women-owned business firms used as primary consultants or as
subcontractors. Qualified firms desiring consideration must submit one
(1) copy of a current SF 255, a current SF 254 and a SF 254 for each
Consultant listed in block 6 of the firm's SF 255. Supplemental
information regarding specialized experience should be included on the
SF 255. The qualification statements should provide sufficient
information to allow for evaluation of the firm with respect to the
selection criteria listed. Inquiries concerning this project should
mention location and contract number. Again, this proposed contract is
being solicited on a restricted basis for firms eligible for
participation in the SBA 8(a) Program. One (1) 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 thereafter. 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, fax 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 that 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 interview 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 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 24.
Posted 07/16/98 (W-SN224364). (0197) Loren Data Corp. http://www.ld.com (SYN# 0019 19980720\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|