Loren Data Corp.

'

 
 

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

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

C -- ARCHITECT-ENGINEER SERVICES FOR AN INDEFINITE DELIVERY CONTRACT FOR UTILITY SYSTEMS PRIVATIZATION SOL N68711-98-R-5735 DUE 081898 POC H. Douglas Powell E-MAIL: click here to contact the contracting officer via, hdpowell@efdswest.navfac.navy.mil. Services are required for electric, gas, potable water, and wastewater utility systems privatization planning, inventory and assessment surveys for utilities and aid in development of Request for Proposal criteria for privatization initiatives for same based on life cycle economic analysis and cost of service studies and fair market valuation. Analyze the risks of various scenarios of privatization. Required services include comprehensive visual condition inspection of utilities real property. The utility systems to be privatized are located on Naval and Marine Corps facilities in western states including Alaska, but not including Hawaii. The length of the contract will be 365 days from the date of the contract award or until the $2,500,000 limit is reached. The Government will have the option to extend the contract for an additional 365 day period, or until an additional $2,500,000 limit is reached. If the Government exercises the option to extend the contract, the total contract value will not exceed$5,000,000. No single delivery order may exceed $500,000 and the minimum contract amount will be $25,000. The estimated start date is 4 January 1999. The A-E selection criteria will include (in order of preference): 1) Specialized experience and technical competence in conducting utility system inventories, conditions assessments, cost of service studies, life cycle cost analysis, familiarity with utility regulations and standards, and risk assessments; 2) Professional qualifications necessary for the satisfactory performance of the utility systems analysis and required services. Recent demonstrated qualifications of the team members to be assigned to this project in utility regulations and law at all jurisdictional levels and utility cost accounting and rate setting; 3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 4) Capacity to accomplish the work in the required time, including multiple projects in various geographic locations at the same time. Provide statement regarding the firm's present workload and availability of the staff (including consultants) to be assigned to the proposed contract and include the proposed staff security clearance status; 5) Location in the general geographical projects area, and knowledge of the projects area localities; 6) List small or disadvantaged or women-owned business firms used as primary consultants or as sub-contractors. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan prior to contract award that should reflect as a minimum 4% to small business, 1% to small disadvantage business, and 1% to women-owned business of the contract value. Submission Requirements: Those firms which meet the requirements described in this announcement and wish to be considered are invited to submit one copy each of a Standard Form (SF) 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 ofthe firm's SF 255 to the above address; attention of H. Douglas Powell, Code 5763.DP. The submittal package (SF 254 and 255) must be received in this office no later than 18 August 1998 or 30 calendar days after the date of appearance of this announcement in the Commerce Business Daily, which ever date is later. Should the due date fall on a weekend or a holiday, the submittal package will be due on the first workday thereafter. Submittals received after this date will not be considered. Additional information requested of applying firms: Indicate solicitation number in block 2b, Contractor Establishment Code (CEC) and Duns number (for the address listed in block 3) and Taxpayer Identification Number (TIN) 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 will 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 are excluded, exception: photographs with text will be considered as one 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 requested (i.e. listing more than a total of 10 projects in Block 8, not providing a brief description of the quality assurance/control procedures, not listing which office for multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. Posted 07/14/98 (W-SN222809). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0030 19980716\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page