Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1995 PSA#1366

Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231)

C -- IQ CONTRACT FOR ENVIRONMENTAL PLANNING & ENGINEERING SERVICES FOR NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) AT LOCATIONS WITHIN STATESIDE AREAS UNDER THE COGNIZANCE OF LANTNAVFACENGCOM SOL N62470-95-R-6011 POC Contact Miss Bayla Mack, 804-444-9676/Mr. Dean Koepp, Head, Contract Support Branch, 804-444-9582 Architect-Engineer or Engineering Services are required for the preparation of environmental planning documents in accordance with the National Environmental Policy Act (NEPA) guidelines and regulations. Services are required within the States ofVA, NC and WV under the Atlantic Division, Naval Facilities Engineering Command's area of responsibility; the District of Columbia and the State of MD under Engineering Field Activity, Chesapeake's area of responsibility; and the States of DE, PA, NJ,NY, CT, RI, MA, NH, ME, VT and OH under Engineering Field Division, North area of responsibility. The documents to be prepared by this contract are environmental assessments and environmental impact statements under NEPA. For major environmentalimpact statements, a draft environmental impact statement may be awarded with an unpriced phase for the final environmental impact statement. General guidelines for preparation of the NEPA documents are contained in the Council on Environmental Quality(CEQ) Regulations (40 CFR Part 1500 et. seq.) and Navy Instructions as published, 32 CFR Part 775 and OPNAVINST 5090.1B. In order to complete these documents some of the following related studies may be required: (1) Air conformity analyses under theClean Air Act; (2) Wetlands delineation and mitigation plans; (3) Cultural resource surveys; (4) Coastal zone management consistency determinations; (5) Endangered Species Action Section 7 surveys and biological assessments; (6) Community ImpactStudies; (7) Environmental Justice analyses; (8) Traffic Studies; (9) Water quality studies to include chemical and physical analysis of dredge material and bioassays; (10) Stormwater Management Studies; (11) Noise impact studies; (12) Toxic andHazardous Waste Surveys; (13) Public Involvement Strategies, and (14) Life Cycle Cost Analyses. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors(1) through (5) are of equal importance; factors (6), (7) and (8) are of lesser importance. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of their past experience with regard to the preparation ofthe above listed environmental documents and related studies; and on their knowledge of environmental regulations unique to the contract area; (2) Professional qualifications and technical competence in the type of work addressed in evaluation factornumber 1: Firms will be evaluated in terms of the staff's active professional registration and the capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected projectdemands; (3) Ability to perform the work to schedules and capacity to complete up to 5 major taskings per year - Firms will be evaluated in terms of the impact of this workload on the staff's projected workload during the contract period; (4) PastPerformance - Firms will be evaluated in terms of one or more of the following (with emphasis on projects addressed in factor number one) demonstrated long term business relationships and repeat business with Government and private customers; (5)Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of planning, environmental and engineering services; (6) Firm location and knowledge ofthe locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) - Firms will be evaluated on their location with respect to the general geographicalarea of the contract and their knowledge of local codes, laws, permits and construction materials and practices of the area; (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective ofaffecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (8) Small Business and Small Disadvantaged BusinessSubcontracting Plan - Firms will be evaluated on the extent to which offerors identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution in performance of the contract,whether as joint venture, teaming arrangement, or subcontractor. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes a one (1) year Government option for the same basicprofessional skills. The total A&E fee that may be paid under this contract will not exceed $3,000,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed PriceIndefinite Quantity Contract. Estimated start date is September 1995.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S.Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law topractice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: ''NAME'', ''RELATEDPROJECTS WORKED ON'', ''YEAR'', ''FIRM'', and ''TECHNICAL ROLE''. Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255(limited to 30 pages (front and back considered 1 page)--not less than 10 point font; every page that is not an SF 254 will be included in the 30 page count); cover letter and other attachments will not be considered in the evaluation process. Providea synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 17 July 1995 will be considered. Lateresponses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. Thequalification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is beingsolicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. Before award of contract, the Architect-Engineer (if not a Small Business concern) shall agree in the contract, by incorporation of anacceptable small business and small disadvantaged business subcontracting plan in accordance with FAR Part 19.7, that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate incontract performance consistent with its efficient performance.--The small business size standard classification is SIC 8711 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contractnumber. See Note 24. (0160)

Loren Data Corp. http://www.ld.com (SYN# 0023 19950612\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page