Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6,1996 PSA#1716

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

C -- ENGINEERING SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL PLANNING SERVICES IN THE STATES OF ME, VT, NH, MA, CT, RI, NY, DE, NJ, AND PA SOL N62472-97-D-1390 DUE 120996 POC Tina Phillips, Contract Specialist, 610-595-0626. Engineering Services for an Indefinite Quantity Contract for Environmental Planning Services involving the preparation of environmental assessments, environmental impact statements, archeological/cultural resource studies, wetland delineation and mitigation plans, air quality conformity determinations, dredge sediment testing and analysis plans, and coastal zone consistency determinations. The work to be performed under this contract may also require the preparation of environmental assessments or environmental impact statements for projects such as base closure/realignment studies, family housing projects, dredging projects and other similar projects. Environmental assessment and impact statements require the preparation of comprehensive documentation of the existing natural and man-made environments of the project site(s) and surrounding vicinity and the impacts proposed projects will create. Environmental documentation will also require evaluation of alternative sites/methods, etc. Archeological/cultural resource studies may be part of the basic contract and shall require documentation of facilities/properties that may be considered to have architectural, historical, or cultural significance. Studies may include the prepration of reports/nomination forms, etc., documenting facilities, structures, sites, etc., that may qualify for listing on the National Register of Historic Places. This work shall be coordinated with the appropriate state historic preservation office and the Advisory Council on Historic Preservation. Studies involving wetland delineation(s) may also be added to, or part of, the contract and shall be conducted using U.S. Environmental Protection Agency, U.S. Army Corps of Engineers and appropriate state wetland delineation criteria. If required, wetland boundaries shall be surveyed using accepted land surveying techniques. Air quality conformity determinations, in compliance with the Clean Air Act Amendment of 1990, may also be added to the basic contract as part of a larger study or as individual determinations for special projects. Dredge sediment testing and analysis plans may include sediment sampling, hydrographic surveys, and disposal alternatives analysis. Coastal Zone Management consistency determinations, if required, shall be developed for submission to the coastal zone management coordinators of the appropriate states. Submission of documentation will include electronic deliverables (in accordance with Northern Division's CADD policy) and standard word processing procedures. SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE OF THE FIRM IN THE TYPE OF WORK REQUIRED. A/E Firms shall indicate recent specific experience in these four basic study areas: 1) National Environmental Policy Act (NEPA) environmental documentation; 2) cultural resources planning; 3) coastal zone management; 4) wetlands delineations/ studies/ mitigation planning. 2. PROFESSIONAL QUALIFICATIONS OF THE STAFF TO BE ASSIGNED TO THIS CONTRACT (INCLUDING THOSE OF ANY CONSULTANTS). 3. CAPACITY OF THE ASSIGNED TEAM TO ACCOMPLISH MULTIPLE, LARGE AND SMALL PROJECTS SIMULTANEOUSLY AND WITHIN THE REQUIRED TIME CONSTRAINTS. 4. PAST PERFORMANCE WITH RESPECT TO QUALITY OF WORK AND COMPLIANCE WITH PERFORMANCE SCHEDULES (EMPHASIS ON D.O.D. WORK). 5. LOCATION OF THE FIRM IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT, PROVIDED THAT THERE IS AN APPROPRIATE NUMBER OF QUALIFIED FIRMS THEREIN FOR CONSIDERATION. 6. USE OF SMALL OR DISADVANTAGED OR WOMEN-OWNED BUSINESS FIRMS USED AS PRIMARY CONSULTANTS OR AS SUBCONSULTANTS. 7. VOLUME OF WORK PREVIOUSLY AWARDED TO THE FIRM BY THE DEPARTMENT OF DEFENSE. Estimated Construction Cost: N/A. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order. Estimated Start Date: FEB 97. There will be no dollar limit per project. The total fee that may be paid under this contract (including the option years) will not exceed $5,000,000.00. The duration of this contract will be for one year from the date of an initial contract award with options for four additional one-year periods. The minimum guarantee for each option year will be $50,000. The options may be exercised at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. Since this contract may result in an award valued in excess of $500,000, a small business subcontracting plan will be required if the selected firm is a large business concern. The small disadvantaged business set-aside goals and the women-owned small business goals in the plan shall not be less than 5% each of the subcontracted work. The SIC code is 8711 and the small business size standard classification is $2,500,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms which meet the requirements described in this announcement are invited to submit completed Standard Forms 254 and 255 to the office shown above. Firms responding to this announcement by 09 DEC 96 will be considered. FIRMS WHO RESPONDED TO A PREVIOUS ANNOUNCEMENT FOR N62472-96-D-1390 NEED NOT SUBMIT A STANDARD FORM 254/255. THOSE FIRMS MUST, HOWEVER, SUBMIT A LETTER OF INTEREST REFERENCING THEIR FORMER SUBMITTAL AND FORWARDING ANY PERTINENT UPDATES. Late responses will be handled in accordance with FAR 52.215.10. NEITHER HAND-CARRIED PROPOSALS NOR FACSIMILE RESPONSES WILL BE ACCEPTED. Respondents may supplement this proposal with graphic material and photographs which best demonstrate capabilities of the team proposed for the project. No material will be returned. This is not a request for proposal. (0309)

Loren Data Corp. http://www.ld.com (SYN# 0011 19961105\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page