Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS

C -- ARCHITECT AND ENGINEERING SERVICES FOR FACILITIES AND ENVIRONMENTAL PLANNING DOCUMENTS

Notice Date
May 24, 2001
Contracting Office
SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187
ZIP Code
92132-5187
Solicitation Number
N68711-01-R-6513
Response Due
June 25, 2001
Point of Contact
Vanessa Schutt, 619-532-3779 or Diana Price 619-532-2439
E-Mail Address
W-117 SN325028 (schuttva@efdsw.navfac.navy.mil.)
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. ATTENTION 8(a) FIRMS. This proposed contract is a set-aside for 8(a) certified firms. This contract is a Firm Fixed Price for Regional Indefinite Quantity Architectural Engineering Services. These services will be for Facilities Planning and Environmental Planning for various projects located within California, Arizona, Nevada, and New Mexico for Southwest Division, Naval Facilities Engineering Command, San Diego, California. The terms of the contract will cover a period of not to exceed 365 days from the date of contract award or until a $1,000,000 limitation is reached. The Government has the option to extend this contract for an additional 365 day period or until an additional $1,000,000 is reached. The maximum amount of the contract is $2,000,000 or two (2) years depending on which threshold is reached first. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following year option (if exercised). The hourly rates will be negotiated for each calendar year and are independent of which option year is in effect. The maximum individual task order amount may not exceed $100,000. The minimum guaranteed amount is $5,000. The estimated start date is September 2001. Selection criteria will include (in order of importance): (1) Professional qualifications and recent specialized experience of the proposed staff and the firm's consultants to be assigned to this contract in the preparation of Navy and Marine Corps facilities planning and environmental planning documentation including: Base Development Plans/Master Plans; Regional Planning Studies; Military Construction (MILCON) Planning Documentation; Special Projects Planning Documentation; Preliminary and Parametric Cost Estimates (PCE); Economic Analyses (EAs), using latest version of ECONPACK software; Basic Facilities Requirements (BFR) Documentation; Base Exterior Architecture Plans (BEAP); National Environmental Policy Act (NEPA) documents, including Categorical Exclusions (CATEX), and Environmental Assessments (EA); Facilities Planning Documents (FPD); Engineering Evaluations (EE); Capital Improvement Plans (CIP); Concept Studies; Special Planning Studies; Traffic, Parking, and Movement (Pedestrian & Vehicular) Studies; Siting-Land Use Studies/Analyses; Maintenance and Sustainment Plans; Preliminary Hazard Analyses (PHA) and Preliminary Hazard Lists (PHL); Visioning and Scenario Planning; Activity Planning and Management Models (APMM); Air Installation Compatible Use Zones (AICUZ) ; Range Installation Compatible Use Zones (RAICUZ); Family Housing and Bachelor Quarters Comprehensive Neighborhood Plans (CNP); Environmental planning documentation including, but is not limited to historical, cultural, archeological and biological studies, Biological Assessments for threatened and endangered species, marine studies, Coastal Consistency Determinations (CCD), and documentation for Army Corps of Engineers permits. Only the team members who will actually perform major tasks under this project shall be listed. Qualifications should reflect the individual's potential contributions on this contract. (2) Recent specialized experience of the firm is required in the preparation of Navy and Marine Corps facilities planning and environmental planning documentation including: Base Development Plans/Master Plans; Regional Planning Studies; Military Construction (MILCON) Planning Documentation; Special Projects Planning Documentation; Preliminary and Parametric Cost Estimates (PCE); Economic Analyses (EAs), using latest version of ECONPACK software; Basic Facilities Requirements (BFR) Documentation; Base Exterior Architecture Plans (BEAP); National Environmental Policy Act (NEPA) documents, including Categorical Exclusions (CATEX), and Environmental Assessments (EA); Facilities Planning Documents (FPD); Engineering Evaluations (EE); Capital Improvement Plans (CIP); Concept Studies; Special Planning Studies; Traffic, Parking, and Movement (Pedestrian & Vehicular) Studies; Siting-Land Use Studies/Analyses; Maintenance and Sustainment Plans; Preliminary Hazard Analyses (PHA) and Preliminary Hazard Lists (PHL); Visioning and Scenario Planning; Activity Planning and Management Models (APMM); Air Installation Compatible Use Zones (AICUZ) ; Range Installation Compatible Use Zones (RAICUZ); Family Housing and Bachelor Quarters Comprehensive Neighborhood Plans (CNP); Environmental planning documentation including, but is not limited to historical, cultural, archeological and biological studies, Biological Assessments for threatened and endangered species, marine studies, Coastal Consistency Determinations (CCD), and documentation for Army Corps of Engineers permits. (3) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations, and other performance evaluations (do not submit copies). (5) Location in the general geographic area and knowledge of the locality of the projects of Navy and Marine Corps bases in California, Arizona, Nevada, and New Mexico. (6) Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. List in block 10 of SF 255 the total dollar value of contracts award to your firm by DOD for the past 12 months. One copy of the submittal package is to be received in this office no later than 3:00 PM Pacific Time on the 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 address listed in block 3), and TIN number in block 3, fax number and email address 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 interviews 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 considered to be 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, their subsidiaries, or affiliates, which design or prepare specification 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. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The North America Industry classification System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 million. See Numbered Note(s) 24, 26.*****
Web Link
Southwest Division Naval Facilities Engineering Command (https://wwwefdsw.navfac.navy.mil/pages/Index.htm)
Record
Loren Data Corp. 20010529/CSOL001.HTM (W-144 SN50N024)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 24, 2001 by Loren Data Corp. -- info@ld.com