|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1998 PSA#2205Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 C -- ENGINEERING SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR
ENVIRONMENTAL PLANNING SERVICES PRIMARILY IN THE STATES OF ME, VT, CT,
RI, NY, DE, NJ, AND PA SOL N62472-98-D-1390 DUE 112398 POC Tina
Phillips, Contract Specialist, 610-595-0643. Engineering Services for
an Indefinite Quantity Contract for Environmental Planning Services
involving the preparation of environmental assessments, environmental
impact statements, archeological/cultural resource studies, wetland
delineation and mitigation plans, air quality conformity
determinations, dredge sediment testing and analysis plans, and coastal
zone consistency determinations. The work to be performed under this
contract may also require the preparation of environmental assessments
or environmental impact statements for projects such as base
closure/realignment studies, family housing projects, dredging projects
and other similar projects. Also, the work may include development of
various planning studies and project (1391) development. Environmental
assessment and impact statements require the preparation of
comprehensive documentation of the existing natural and man-made
environments of the project site(s) and surrounding vicinity and the
impacts proposed projects will create. Environmental documentation will
also require evaluation of alternative sites/methods, etc.
Archeological/cultural resource studies may be part of the basic
contract and shall require documentation of facilities/properties that
may be considered to have architectural, historical, or cultural
significance. Studies may include the preparation of reports/nomination
forms, etc., documenting facilities, structures, sites, etc., that may
qualify for listing on the National Register of Historic Places. This
work shall be coordinated with the appropriate state historic
preservation office and the Advisory Council on Historic Preservation.
Studies involving wetland delineations may also be added to, or part
of, the contract and shall be conducted using U.S. Environmental
Protection Agency, U.S. Army Corps of Engineers and appropriate state
wetland delineation criteria. If required, wetland boundaries shall be
surveyed using accepted land surveying techniques. Air quality
conformity determinations, in compliance with the Clean Air Act
Amendment of 1990, may also be added to the basic contract as part of
a larger study or as individual determinations for special projects.
Dredge sediment testing and analysis plans may include sediment
sampling, hydrographic surveys, and disposal alternatives analysis.
Coastal Zone Management consistency determinations, if required, shall
be developed for submission to the coastal zone management
coordinators in the appropriate states. Submission of documentation
will include electronic deliverables (in accordance with Northern
Division's CADD policy) and standard word processing procedures.
SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED
EXPERIENCE OF THE FIRM IN THE TYPE OF WORK REQUIRED. A/E Firms shall
indicate recent specific experience in these four basic study areas: 1)
National Environmental Policy Act (NEPA) environmental documentation;
2) cultural resources planning; 3) coastal zone management; 4) wetlands
delineations/ studies/ mitigation planning. 2. PROFESSIONAL
QUALIFICATIONS AND RELEVANT EXPERIENCE OF THE STAFF TO BE ASSIGNED TO
THIS CONTRACT (INCLUDING THOSE OF ANY CONSULTANTS). 3. CAPACITY OF THE
ASSIGNED TEAM TO ACCOMPLISH MULTIPLE, LARGE AND SMALL PROJECTS
SIMULTANEOUSLY AND WITHIN THE REQUIRED TIME CONSTRAINTS. 4. PAST
PERFORMANCE WITH RESPECT TO QUALITY OF WORK, COMPLIANCE WITH
PERFORMANCE SCHEDULES, AND COST CONTROL (EMPHASIS ON D.O.D. WORK). 5.
KNOWLEDGE AND DEMONSTRATED EXPERIENCE IN APPLYING SUSTAINABILITY
CONCEPTS AND PRINCIPLES TO FACILITIES AND INFRASTRUCTURE PROBLEMS
THROUGH AN INTEGRATED ENVIRONMENTAL PLANNING/FACILITY PLANNING
APPROACH. 6. QUALITY CONTROL PROGRAM OF THE FIRM TO ENSURE TECHNICAL
ACCURACY OF SUBMITTALS. 7. LOCATION OF THE FIRM IN THE GENERAL
GEOGRAPHICAL AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE
PROJECT, PROVIDED THAT THERE IS AN APPROPRIATE NUMBER OF QUALIFIED
FIRMS THEREIN FOR CONSIDERATION. 8. USE OF SMALL BUSINESS, SMALL
DISADVANTAGED BUSINESS, WOMEN-OWNED SMALL BUSINESS, HISTORICALLY BLACK
COLLEGES AND MINORITY INSTITUTIONS, USED AS PRIMARY CONSULTANTS OR AS
SUBCONSULTANTS. 9. VOLUME OF WORK PREVIOUSLY AWARDED TO THE FIRM BY
THE DEPARTMENT OF DEFENSE. Block 10 of the Standard Form 255 will
summarize how the firm meets the stated evaluation criteria for this
contract. A matrix format must be included in this section documenting
proposed team members specialized experience relevant to the subject
contract as follows: IN LEFT HAND COLUMN SHOW: Relevant projects (use
number of project assigned in Block 8 of Standard Form 255). ACROSS TOP
ROW OF MATRIX SHOW: Team member's name (show key person named in Block
7 of SF 255). IN BODY OF MATRIX SHOW: Role of team member (include
consultants) on relevant project i.e., Task Manager, etc... Include (as
attachments) performance evaluations and/or letters of commendation for
office making this submission. Firms must also indicate if they are a
subsidiary, and if so, must state if they are normally subject to
management decisions, bookkeeping, and policies of their holding or
parent company. Also indicate if firm is an incorporating subsidiary
that operates under a firm name different from the parent company.
Estimated Construction Cost: N/A. Type of Contract: Indefinite Quantity
Contract/Firm Fixed Price Task Order. Estimated Start Date: March 1999.
There will be no dollar limit per project. The total fee that may be
paid under this contract (including the option years) will not exceed
$5,000,000.00. The duration of this contract will be for one year from
the date of an initial contract award with options for four additional
one-year periods. The minimum guarantee for the entire contract term
(including option years) will be satisfied by the award of the initial
project. The options may be exercised at the sole discretion of the
Government subject to workload and/or satisfaction of A/E performance
under the subject contract. Since this contract may result in an award
valued in excess of $500,000, a small business subcontracting plan
will be required if the selected firm is a large businessconcern. The
small disadvantaged business set-aside goals and the women-owned small
business goals in the plan shall not be less than 5% each of the
subcontracted work. The SIC code is 8711 and the small business size
standard classification is $2,500,000. THE PROPOSED CONTRACT IS BEING
SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE
ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms which meet the
requirements described in this announcement are invited to submit
completed Standard Forms 254 and 255 to the office shown above. Firms
responding to this announcement by 4:00 p.m., on 23 November 1998 will
be considered. Firms having a current SF 254 on file with this office
may also be considered. ALL HAND CARRIED SUBMITTALS MUST BE DEPOSITED
IN THE BID BOX WHICH IS LOCATED IN THE LOBBY AT THE ABOVE GIVEN
ADDRESS PRIOR TO THE TIME AND DATE SPECIFIED. PLACE LABEL ON THE
OUTERMOST ENVELOPE IN WHICH YOUR SUBMITTAL IS DELIVERED STATING
"SUBMITTAL ENCLOSED", "CONTRACT NUMBER N62472-98-D-1390", AND "DATE DUE
23 NOV 98". Facsimile responses will not be accepted. Late responses
will be handled in accordance with FAR 52.215-10. No material will be
returned. Respondents may supplement this proposal with graphic
material and photographs which best demonstrate capabilities of the
team proposed for the project. Firms responding to this announcement
are requested to SUBMIT ONLY ONE COPY of qualification statements. THIS
IS NOT A REQUEST FOR PROPOSAL. All contractors are advised that
registration in the DOD Central Contractor Registration (CCR) Database
is required prior to award of a contract. Failure to be registered in
the DOD CCR database may render a firm ineligible for award. All firms
are encouraged to register as soon as possible. Information regarding
this registration may be obtained by accessing Northern Division's web
site at http://www.efdnorth/navfac/navy.mil or through the point of
contact identified for this procurement. Posted 10/19/98 (I-SN263161).
(0292) Loren Data Corp. http://www.ld.com (SYN# 0019 19981021\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|