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