|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1997 PSA#1860Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 C -- ENGINEERING AND DESIGN SERVICES FOR ENVIRONMENTAL PROJECTS AT
VARIOUS NAVAL ACTIVITIES IN THE STATES OF ME, VT, NH, MA, RI, CT, NY,
NJ, PA, AND DE SOL N62472-97-D-1440 DUE 070997 POC Tina Phillips,
Contract Specialist, 610-595-0626. Engineering and design services for
environmental engineering projects at various Naval activities located
in the Northern Division 10 State Area (ME, VT, NH, MA, RI, CT, NY, NJ,
PA, AND DE). Work assignments will be primarily concerned with
compliance projects in the media of hazardous waste/hazardous
materials. Work assignments in the hazardous waste/hazardous materials
media shall include, but not be limited to: plans; studies; field
sampling; laboratory analysis; designs; and permit applications
concerning subjects such as: hazardous materials/hazarodous waste
handling, storage, treatment, and disposal. Also, work projects within
this media may include areas such as: pollution prevention; oil and
hazardous substance spill prevention and response planning; containment
facilities; Emergency Planning and Community Right-To-Know (EPCRA);
clean-up investigations; detection and remediation of underground
storage tank leaks; installation of new underground storage tanks;
PCB's; lead based paint; and solidwaste. Work assignments in instances
where emergency or urgent circumstances exist may also involve
projects in other environmental areas such as water/wastewater and air.
Work in the water/wastewater media may include, but not be limited to:
plans; studies; field sampling; laboratory analysis; designs; and
permit applications concerning subjects such as: potable water
treatment and distribution; and industrial, sanitary wastewater, and
storm water collection, teatment, discharge, sampling, and analysis.
Work assignments in the air media may include, but not be limited to:
plans; studies; field sampling; laboratory analysis; designs; and
permit applications concerning such subjects as: air pollution
inventories; air pollution abatement; emission reduction credits; and
asbestos. The initial project will be determined at a later date. When
design services are required, the following pre-priced options may be
exercised at the discretion of the government: 0-35% design, 35-100%
design, and Post Construction Award Services (PCAS) such as shop
drawing review/approval, consultation during construction, construction
inspection services, and preparation of record drawings. Options are
normally exercised within several months of completing prior work,
however, delays of up to one year are possible. Firms are advised that
work could potentially involve close contact with hazardous
materials/wastes and asbestos in various settings. Firms unable to
accept work in these environments need not apply. SIGNIFICANT
EVALUATION FACTORS (In Order of Importance): 1. SPECIALIZED EXPERIENCE
OF THE FIRM IN THE TYPE OF WORK DESCRIBED ABOVE. Firm's prior
experience should include, as a minimum, completion of the following
type projects: a. Pollution Prevention (P2) Plans; b. Spill Prevention
Control and Countermeasures (SPCC) Plans; c. Resource Conservation and
Recovery Act (RCRA) Closure Plans; d. Resource Conservation and
Recovery Act (RCRA) Part B. Permit Applications; and e. Environmental
Baseline Surveys or Environmental Site Assessments. 2. PROFESSIONAL
QUALIFICATIONS. Professional qualifications of staff to be assigned to
this contract (including those of any consultants). 3. CAPACITY.
Capacity of assigned team to accomplish the work within the required
time constraints. 4. PAST PERFORMANCE. Past performance with respect to
responsiveness, quality of work, and compliance with performance
schedules (emphasis on DOD work). 5. QUALITY CONTROL PROGRAM. Use of an
internal quality control program to ensure technical accuracy and
discipline coordination of plans and specifications. 6. LOCATION.
Location of the firm in the general geographical area of the project
and knowledge of the locality of the projects, provided that there is
an appropriate number of qualified firms therein for consideration. 7.
SUSTAINABLE DESIGN. Demonstrated success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility designs. 8. SUBCONTRACTOR UTILIZATION. Use of small
business, small disadvantaged business or women-owned business firms.
9. VOLUME OF WORK. 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: September 1997. 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 total fee that may be
paid under this contract (including the option years) will not exceed
$5,000,000 for the entire contract term. The minimum guarantee for each
option year will be $50,000. The options may be exercised within the
time-frame specified in the resultant contract at the sole discretion
of the Government subject to workload and/or satisfaction of A/E
performance under the subject contract. There will be no dollar limit
per project and no dollar limit per year. Since this contract may
result in an award valued in excess of $500,000, a small business
subcontracting plan will be requiredif 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 that meet the requirements described in this announcement are
invited to submit completed Standard Forms 254 and 255 to the office
shown above. Block 10 of the Standard Form 255 will summarize how the
firm meets the stated evaluation criteria for this contract. A matrix
format must be included documenting proposed team members specialized
experience relevant to the subject contract as follows: IN LEFT HAND
CORNER SHOW: Relevant projects (use number of project assigned in Block
8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team
member (include consultants) on relevant project i.e., Project Manager,
Project Engineer, etc... Firms must also indicate their past
performance with respect to quality of work, cost control, and
compliance with performance schedules. Include performance evaluations
and/or letters of commendation (as attachments) for office making this
submission, date project completion scheduled, date project completed,
and final cost estimated compared to the contract award amount (if
applicable). Firms must also indicate if they are a subsidiary, and if
so, must state if they are normally subject to management decisions,
bookkeeping, and policies of their holding or parent company. Also
indicate if firm is an incorporated subsidiary that operates under a
firm name different from the parent company. Firms having a current
SF254 on file with this office and those responding by 4:00 p.m., 09
JULY 1997, will be considered. Neither hand carried responses nor
facsimile responses will be accepted. Late responses will be handled in
accordance with FAR 52.215-10. No material will be returned. This is
not a request for proposal. Do not fax any material. Respondents may
supplement this proposal with graphic material and photographs which
best demonstrate capabilities of the team proposed by the project.
Firms responding to this announcement are requested to submit only one
copy of qualification statements. This is not a request for proposal.
(0154) Loren Data Corp. http://www.ld.com (SYN# 0020 19970605\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|