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