Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1995 PSA#1481

SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA 92132-5187

C -- PRESOLICITATION NOTICE---A-E SERVICES FOR AN INDEFINITE QUANTITY ENVIRONMENTAL/HAZARDOUS WASTE ENGINEERING AT VARIOUS SOUTHWEST DIVISION BRAC BASES LOCATED IN CALIFORNIA SOL N68711-96-D-2059 DUE 121895 POC Julia Garcia/Contract Specialist, (619) 532-2678, Nancy Trent/Contracting Officer, (619) 532-2853. In accordance with PL 103-160 (PREFERENCE FOR LOCAL SMALL BUSINESSES) which is a part of the Base Realignment and Closure Law, eligibility for this procurement MAY BE limited to Small Businesses, if a small business firm, located within the project vicinity and qualified to perform this project, as specified in the synopsis criteria, responds to this notice by the above date. The project vicinity is defined as the county in which the project will take place and the adjacent (touching) counties. If it is determined this project will be set- aside for small businesses, the set-aside shall be solicited at the national level, it will not be restricted to the project vicinity. Interested small business firms, located within the project vicinity, shall provide the contracting officer as early as possible, but not later than the above date, evidence of their capability to perform the project, and proof that the firm's corporate headquarters is located within the project vicinity (such as the firm's corporate documentation filed with the county). If adequate response is not received from qualified Small Businesses located within the project vicinity, the synopsis will be issued as unrestricted. The Southwest Division, Naval Facilities Engineering Command, San Diego, California is currently seeking services of an architect/engineering firm for environmental/hazardous waste engineering projects at various Southwestdiv BRAC Bases located in California. Services required are performance/preparation of solid and hazardous waste permits, hazardous substance management, laboratory services, site health and safety plans, RCRA corrective action, preparation of risk assessment data, asbestos surveys/studies and lead surveys/studies. An indefinite Quantity Contract will be awarded in a not to exceed amount of $1,500,000 or for a period of 365 days from date of contract award. The A-E fee for any one project may not exceed $500,000. If the Government exercises the option to extend the contract, te total amount of the contract shall not exceed $3,000,000. The minimum contract amount will be $25,000. The estimated start date is February 1996. The estimated completion date is February 1997. A/E selection criteria will include (in order of importance): (1) Recent specialized experience of the firm and/or proposed consultants in performing field investigation and preparing plans/studies/analysis relating to hazardous substance management, hazardous waste minimization, laboratory services, site health and safety plans, RCRA corrective action and Part B permitting, preparation of risk assessment data, asbestos surveys/studies, lead surveys/studies and obtaining environmental permits. (2) Professional qualifications of the staff in preparation of plans/studies/analysis relating to field investigation and preparing plans/studies/analysis relating to hazardous substance management, hazardous waste minimization, laboratory services, site health and safety plans, RCRA corrective action and Part B permitting, preparation of risk assessment data, asbestos surveys/studies, lead surveys/studies and obtaining environmental permits, the specific duties these individuals will perform on this contract, their position in your firm and their experience relevant to the type of work described in (1) above.(3) 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). (4) Location in the general geographic area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (5) Capacity to accomplish the work in the required time. Indicate the firms 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. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each cnsultant listed in block 6 of the firms SF 255. One 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 there after. 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, telefax 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 which 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 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 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. (0333)

Loren Data Corp. http://www.ld.com (SYN# 0024 19951130\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page