|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1998 PSA#2181Officer in Charge of Construction, Naval Facilities Engineering
Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO 96540-2200 C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR ENVIRONMENTAL
ENGINEERING SERVICES, VARIOUS LOCATIONS, GUAM, M. I. SOL
N62766-98-R-0003 POC Ms. Laura T. Wilhite, Contract Specialist, Tel:
(671) 339-4130 or Ms. Doris Castro, Contracting Officer, Tel: (671)
339-8465 This solicitation is an indefinite quantity type contract for
Architect-Engineering services to conduct environmental engineering
investigations, designs, studies, development and preparation of plans,
specifications, cost estimates, and programming documents for various
Department of Defense facilities on Guam. The A-E must have or be able
to obtain microbiology, toxicology and chemistry laboratory services
that meet the various certification criteria. Other services required
under this contract shall include but not limited to the following:
Clean Air Act (CAA 90), Hazardous Waste, Solid Waste, Drinking Water,
Toxic Substances Control Act (TSCA), Underground Storate Tank (UST),
Clean Water Act, Oil Pollution Act of 1990, Pollution Prevention (E.O.
125856)and Natural Resources Program/Environmental Planning. Work is
authorized on an "as required" basis duirng the life of the contract.
The total A-E fee for this contract shall not exceed $500,000.00. The
contract term shall be for a period of one year,or until the
$500,000.00 limit is reached, whichever occurs first. The Government
has the option to extend the term of the contract in accordance with
the OPTION TO EXTEND THE TERM OF THE A-E CONTRACT clause. The total
contract term including options, shall not exceed 24 months. The A-E
services shall include al field and office work required to complete
various projects. Field work will include all required investigations
and testing. Office work will include not only planning documents and
preparation of reports, but also meeting with PWC/OICC personnel and
other Government representatives, and oral presentations and findings
and recommendations. Firms responding to this announcement should
indicate their business status in Block 10 of the SF 255 submission.
The following guidelines, in relative order of importance, will be used
in the evaluation of architect-engineer firms: (1) Recent specialized
experience of the firm and proposed consultants in the type of work
required specifically in tropical environment. List projects
successfully completed in the last five year (Do not list more than
10). (2) Professional qualifications of the staff (in-house and/or
consultants). Specialized experience and technical competence of the
proposed engineering/technical staff who will perform the work. For
relevant jobs listed in section 8 of SF 255, A-E firm must provide the
following for each job listed: (a) relevant professional
qualifications of team members, i.e., relevant experience of project
team leader, and similar recent projects completed; (b) performance
rating; and (c) a reference (list of contacts) with telephone numbers.
(3) Capacity to accomplish the work in the required time. Describe how
work will be accomplished in the required time, including the
composition of the team and availability of the staff. (4) Past
performance on contracts with DOD agencies and private industry in
terms of cost control, quality of work, and compliance with performance
schedules. Describe quality control program with demonstratedresult of
reducing errors and/or omissions (provide name of key person
responsible). (5) Location of the firm in the general geographical area
of the project and knowledge of the locality, including appropriate
selection of construction materials and methods; provided, that there
is an approprite number of qualified firms therein for consideration.
(6) Demonstrated success in prescribing the use of recovered materials
and achieving waste reduction and energy efficiency improvements. (7)
Volume of work previously awarded to the firm by DOD during the last
12-month period. (8) Use of small or small disadvantaged or women-owned
small business firms shall also be considered. If a pre-selected
(slated) firm is a large business concern, submission of a
subcontracting plan wil be requried before the final selection process.
Each firm's past performance and performane rating(s) will be reviewed
during the evaluation process and can affect the selection outcome.
Those firms which meet the requirements described in this announcement
and wish to be considered, but submit one copy each of Standard Form
254 and Standard From 255 for the firm and a Standard Form 254 for each
consultant listed in Block 6 of the Frims Standard Form 255. IN BLOCK
10 AND AN ADDENDUM THERETO, IF NECESSARY, STATE WHY YOUR FIRM IS
SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE SELECTION EVALUATION
CRITERIA. FOR SELECTION CRITERIA "(2)", PROVIDE THE FOLLOWING
INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING THESE
COLUMN HEADINGS: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM"
AND "TECHNICAL ROLE". show the office location where work will be done
and describe the experience and location of those who will do the
work. Firms responding to this announcement within 30 days from
publication dte will be considered. Firms must submit Standard Forms
254 and 255 to the Contracts Department by 2:00 p.m. (Guam Time), on
the closing date. Should the date fall on a weekend or holiday,
Standard Forms 254 and 255 will be due on the first workday thereafter.
Additional information requested of applying firms: indicate
solicitation number in Block 2b, CEC (Contractor Establishment Code)
and/or DUNS number and TIN number in Block 3. Firms not providing the
requested information in the format directed by this synopsis may be
negatively evaluated under selection criteria (3). This is not a
request for proposal. Posted 09/14/98 (W-SN249560). (0257) Loren Data Corp. http://www.ld.com (SYN# 0016 19980916\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|