COMMERCE BUSINESS DAILY ISSUE OF MARCH 23, 2001 PSA #2814
SOLICITATIONS
C -- INDEFINITE QUANTITY CONTRACT FOR SANITARY ENGINEERING AND DESIGN SERVICES, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
- Notice Date
- March 21, 2001
- Contracting Office
- CG, MCAS Cherry Point, Facilities, OIC NAVFAC Contracts, PSC Box 8006, Cherry Point, NC 28533-0006
- ZIP Code
- 28533-0006
- Solicitation Number
- N62470-01-D-5272
- Response Due
- April 25, 2001
- Point of Contact
- Marsha Temple, (252) 466-4751
- E-Mail Address
- N62470-01-D-5272 (templemg@efdlant.navfac.navy.mil)
- Description
- This solicitation is for an AE Indefinite Quantity Contract Sanitary Engineering Design Contract. This is NOT a request for proposals. The contract shall have an initial term of one year and may be renewed for one additional year at the option of the Government. The maximum total fee (subject to necessary changes) shall not exceed $500,000.00 including the option year. Project work will emphasize design of water, domestic wastewater, industrial wastewater and storm water collection, distribution and treatment systems at Marine Corps Air Station, Cherry Point, North Carolina and outlying fields in North Carolina. Engineering services are required for field investigation, preparation of plans, specifications, cost estimates, related studies, material sampling, laboratory analysis, interpretation of samples, post design shop drawing review, Quality Assurance Plan preparation (provides construction contract inspection requirements), preparation of necessary State permits as needed and all associated engineering services. The project may include taking part in negotiations with regulatory officials on behalf of the Air Station. Firms must be prepared to accept the aforementioned as a part of their contract responsibility. Some sampling and testing for the presence of asbestos, lead paint, soil contamination and groundwater contaimination may be necessary in support of project work. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications in SPECSINTACT system format and all drawings shall be submitted in AUTOCAD, Version 14 compatible format. The opening project is expected to be design improvements at the Cherry Point wastewater treatment plant that will decrease the amount of nutrients (primarily total nitrogen) that are currently released into the Neuse River. The objective is to reduce the nitrogen discharged from 1995 levels by 30% (approximately 6 mg/l total nitrogen). An accelerated design schedule will be required to meet an early construction bid opening date allowing for construction completion prior to the implementation of new rules by the State of North Carolina in January 2003. Specific expertise will include the detailed analysis of the existing wastewater treatment plant nutrient removal systems, its compatibility with other wastewater treatment systems, long-term economical analysis of upgrade options and consideration of current and proposed regulatory requirements. Preliminary indications are that system improvements may involve the design of a second sludge holding tank, retrofit of clarifier #3, conversion of an existing trickling filter to a new anoxic reactor with five process cells and system changes to send bio-solids to the Return Activated Slude/Waste Activated Sludge handling station. Other related design requirements may become apparent during the investigation phase and shall be included as necessary in total system design. Design considerations shall focus on system compatibility, functional use, low maintenance, ability to meet regulatory requirements, and compliance with health and safety standards. Firms that meet the requirements described in this announcement are required to submit one copy each of completed SF-254 and SF-255 forms. Copies of SF-254 forms are also required for proposed consultants and copies of SF-255 forms are encouraged for proposed consultants who are expected to contribute significantly to the contract. Inquiries shall refer to contract number and title. The AE must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) and (2) are of equal and greatest importance; factors (6), (7) and (8) are of lesser importance than factors (1) through (5). Pertinent statements relative to the evaluation factors shall be included in Part 10 of Form SF-255. Superfluous information is discouraged. Specific evaluation factors include: (1) Professional qualifications of the firm's proposed personnel and its sub-consultants (if proposed) necessary for satisfactory performance of required services. Resumes shall be included only for key persons expected to perform work under this contract, shall show specific location of assigned office, shall only list work experience applicable to this contract, shall briefly describe anticipated role in performing contract work, and shall list specific training, certification and experience relative to anticipated contract project assignments. (2) Specialized recent experience of the firm (including sub-consultants)and technical competence in the type of work required. Cite examples of prior work relationships with proposed sub-consultants/associates. In Part 8 of SF-255 provide a synopsis of the scope of work, point of contact and telephone numbers for each project listed. Include only projects involving nutrient removal designs. Specific projects listed shall include a cross reference to the names of persons identified in evaluation factor 1 and briefly describe their role in the project. Provide evidence that your firm is permitted by law to practice the profession of engineering the the State of residence, i.e. state registration number. (3) Capacity to accomplish the work in the required time. Address your ability to respond, in case an accelerated design schedule is imposed. In a maximum of one page, provide a narrative and/or chart or graph showing the anticipated backlog of work over the next six-month period for key personnel proposed for use in this contract. Firms shall identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide one page maximum for you and sub-consultants that describe office automation support and systems and other supporting equipment (i.e. AutoCAD, SpecsIntact). (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules and evidence of demonstrated long term business relationships and repeat busines with Government and private customers. Firms may submit letters of commendation received for the specific projects identified in Part 8 of SF-255. (5) Quality and cost control. Provide a one page maximum summary of how your firm approaches internal quality control and cost control processes and procedures. Identify how these will be maintained for all work by multiple offices and sub-consultants. Provide an example of your quality control program in action. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Relate to personnel proposed and example projects listed, if possible. (7) Geographical location of the firm (including sub-consultants) and knowledge of the locality of the work area. State anticipated mode of transportation to be used from each office and estimate approximate mileage and typical response time. Application of this criterion is contingent upon receiving 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 (DOD) will also be considered, with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms. Firms shall list contract titles and show the dates of award, maximum value of each contract and the value awarded to date for DOD contracts that they have been awarded over the last twelve month period. THIS PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS. Firms responding by 4:00 p.m. EDST on the due date will be considered. Late responses will be handled in accordance with FAR 52.214.7.
- Record
- Loren Data Corp. 20010323/CSOL002.HTM (W-080 SN50G9F0)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|