Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 16,1998 PSA#2138

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

C -- A-E SERVICES FOR DEVELOPMENT OF EIS AND PERMITS FOR MCON PROJECT P-326 FOR REPLACEMENT FACILITIES TO SUPPORT DDPI SHIPS AT NORTH ISLAND, SAN DIEGO, CA SOL N68711-98-R-5443 DUE 081798 POC Charels Bolz, Contract Specialist (619) 556-9987/Janet Buyson, Contracting Officer ATTENTION 8(A) CERTIFIED FIRMS AND UNRESTRICTED FIRMS. This proposed contract is set-aside for 8(a) Certified Firms in regions 8, 9 and 10 (Certified with the U.S. Small Business Administration (SBA)). In the event responses are not adequate to establish competition in accordance with the Brooks Act (3 or more qualified firms establishes adequate competition), the solicitation will become an unrestricted procurement. Therefore, responses are being accepted from all firms, SBA 8(a) certified firms and unrestricted. If adequate competition can be established within the 8(a) certified firms, this proposed contract will be set aside for the 8(a) program and the unrestricted responses will not be evaluated. However, if adequate competition cannot be established within 8(a) firms, the procurement will proceed as unrestricted. Firm Fixed Price Contract. Provide Architect and Engineering services to prepare an Environmental Impact Statement, Consistency Determination, U.S. Army Corps of Engineers permit application, State Water Quality Certification application, and sediment testing required for development of facilities to support Deep Draft Power Intensive (DDPI) ships, Naval Station, San Diego, California. The Navy is required to demolish and replace old inadequate piers and replace them with piers capable of berthing existing future generations of Navy surface combatants, which are DDPI ships. A-E Selection criteria will include (in order of importance): (1) Recent specialized experience of the firm, and proposed consultants, in the preparation of National Environmental Policy Act (NEPA) documents for projects which required dredging and new facilities, sediment analysis, biological analysis, water quality analysis and public involvement in the San Diego region. DO NOT list more than a total of 10 projects in Block 8 of SF 255. Indicate which consultants from the proposed team, if any, participated in the preparation of designs, drawings, and specifications for each of the projects listed. (2) Professional qualifications of the staff to be assigned to this project in preparation of large/complex NEPA documents, marine biology, expertise in coastal and harbor dredging, water quality, traffic, air quality, native American issues and public involvement. List only the team members who will actually perform major tasks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Briefly describe internal quality assurance and cost control procedures and indicate effectiveness. Also, list recent awards, commendations and other performance evaluation results. (4) Location in the general geographic area of the project and familiarity with various codes and ordinances applicable to those areas and agency enforcement jurisdictions. (5) Capacity to accomplish the work in the required time. Indicate the firm's present workload as well as the availability of the members of the proposed project team (including consultants during the specified contract performance period). Indicate specialized equipment available and prior security clearances. (6) List the small or small 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 goal of 5% each to small disadvantaged business(es) and woman-owned business(es) of the amount to be subcontracted out. The Standard Industrial Code is 8711 and the annual size standard is $2.5 million -- Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of completed SF 254 and SF 255 including an organization chart of key personnel to be assigned to this contract, and each subcontractor's current SF 254 who is listed in Block 6 of the firm's SF 255. Submit package to Southwest Division, NAVFACENGCOM, South Bay Area Focus Team, Code 542.CB, 2585 Callagan Highway, Building 99, Naval Station, San Diego, CA 92136-5198 no later than 3:00 P.M. Pacific time on 17 August 1998. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in Block 2b, DUNS number (for address listed in Block 3), CAGE Code number 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 required 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 (2). Firms, which prepare NEPA documentation cannot participate in the concurrent design/construction management contract. This limitation also applies to subsidiaries and affiliates of the firm. THIS IS NOT A REQUEST FOR PROPOSAL. Telegraphic and facsimile SF 255s will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s): 24. Posted 07/14/98 (W-SN222817). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0029 19980716\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page