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