|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1996 PSA#1719SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL AND A-E SERVICES
FOR PREPARATION OF NAVY/MARINE CORPS FACILITIES PLANNING DOCUMENTATION
FOR VARIOUS LOCATIONS IN CA, AZ, NV AND NM SOL N68711-96-D-2298 DUE
121696 POC Tammie Maeder/Contract Specialist, (619) 532-3670, Julia
Garcia/Contracting Officer, (619) 532-2678. Architect-Engineer (A-E)
services are required for the preparation of engineering, planning and
National Environmental Policy Act (NEPA) compliance documentation in
California, Arizona, Nevada, and New Mexico in support of Department of
Navy programs for the Southwest Division, Naval Facilities Engineering
Command, San Diego, California. The services may include the
preparation of planning documents for NEPA documentation, development
of master plans, Air Installation Compatibility Use Zone (AICUZ)
studies, real estate transaction documents, facilities planning
documents, special environmental studies documents, special planning
documents for Military Construction (MCON), Repair and Minor
Construction, traffic studies, air quality studies and siting/land use
studies/analysis required for Navy and Marine Corps Facilities. The
NEPA documents shall be done in accordance with all applicable Navy and
Marine Corps instructions and must fully comply with all the guidance
set forth by the NEPA, Endangered Species Act, and the National
Historic Preservation Act (NHPA) and all other Acts as appropriate. All
facilities planning will be done in accordance with all applicable Navy
and Marine Corps instructions including NAVFACINST 11010. 44E and MCO
P11000.12. The length of the contract will be 365 days from the date of
contract award or until the $2,000,000.00 limit is reached. After the
first 365 days, the Government has the option to extend this contract
for an additional 365 days or until an additional $2,000,000.00 is
reached. If the Government exercises the option to extend the contract,
the total amount of the contract shall not exceed $4,000,000.00 The
minimum guarantee contract amount will be $25,000.00. No one project
will exceed $500,000.00. The estimated start date is January 1997. The
A-E selection criteria will include (in descending order of
importance) : (1) Recent specialized experience of the firm (including
consultants) in the preparation of planning documents including NEPA,
AICUZs, siting/land use studies/analyses, professional
consulting/planning services for real estate transaction documents,
facilities planning documents, environmental documents, special
planning documents for MCON and repair and minor construction, and
traffic and air quality studies. Do not list more than a total of 10
projects in block 8. Include point of contact name and telephone number
in block 8c for each project listed. Indicate which consultants from
the proposed team, if any, participated in the preparation of
engineering planning documentation for each project. (2) Professional
qualifications of the staff to be assigned to the projects will include
SECRET clearances and professional and technical support with
experience and knowledge in the preparation of planning documents
including NEPA, AICUZs, siting/land use studies/analyses, professional
consulting/planning services for real estate transaction documents,
facilities planning documents, environmental documents, special
planning documents for MCON and repair and minor construction, and
traffic and air quality studies. List only the team members who
actually will perform major tasks under this contract and their
qualifications which should reflect the individual's potential
contributions to this project. (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,
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 (SECRET).
(6) List the small or disadvantaged or woman-owned business firms used
as primary consultants or as subconsultants. If a large business
concern is selected for this contract, they will be required to submit
a subcontracting plan that should reflect a minimum 5% Small
Disadvantaged Business of the amount to be subcontracted out. 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 consultant 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. See Numbered Note(s):
24. (0312) Loren Data Corp. http://www.ld.com (SYN# 0023 19961108\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|