|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3,1998 PSA#2214Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg. 258, Pearl Harbor, HI 96860-7300 (Code
0231) C -- INDEFINITE QUANTITY/INDEFINITE DELIVERY ARCHITECT-ENGINEER
SERVICES FOR ENVIRONMENTAL ENGINEERING SERVICES AT VARIOUS NAVY AND
MARINE CORPS INSTALLATIONS, PACIFIC BASIN AND INDIAN OCEAN AREAS SOL
N62742-99-R-1801 POC Evette Fonoimoana, Contract Specialist, (808)
474-0149 Services include, but are not limited to engineering services
to conduct environmental investigations and surveys at various
locations under cognizance of Pacific Division, Naval Facilities
Engineering Command. The services may include the preparation of
reports to include site investigations, sampling and analysis plans,
field investigations and risk-based analysis; management plans; permit
applications; preliminary engineering designs; cost estimates; and
supporting documents for corrective projects and performing monitoring
actions. The A-E must have or be able to obtain microbiology,
toxicology and chemistry laboratory services. Many military areas of
work expected under this contract will not allow the entry of aliens.
The field crew of the A-E shall be composed of U.S. citizens who can
qualify for access to these areas. If asbestos or hazardous materials
exist, the A-E contractor shall identify them and provide for their
disposal in the required documents in accordance with applicable rules
and regulations pertaining to such hazardous materials. The selected
A-E may be required to participate in a pre-fee meeting within seven
days of notification and provide a fee proposal within ten days of the
meeting. The contract will be an Indefinite Quantity/Indefinite
Delivery type where the work will be required on an as-needed basis
during the life of the contract providing the Government and contractor
agree on the amount. Each project contract will be a firm-fixed price
A-E Task Order. The Government will determine the task order amount by
using rates negotiated and negotiate the effort required to perform
the particular project. The contract shall not exceed twelve months or
a maximum of $1,000,000 total fee. The Government guarantees a minimum
amount of $25,000 for the contract. Should an impasse on the price
occur over the initial or subsequent projects, the Government will
apply the dollar value of the Government estimate for that project or
projects toward the minimum guarantee. The Government reserves the
option to extend the contract for an additional two years for a total
of three years, with a maximum fee of $1,000,000 per year. There will
be no future synopsis in the event the options included in the contract
are exercised. Estimated date of contract award is January 1999.
Proposals may be subject to an advisory audit performed by the Defense
Contract Audit Agency. The following selection evaluation criteria, in
relative order of importance, will be used in the evaluation of A-E
firms: (1) Professional qualifications of firms and staff proposed in
the field of environmental engineering work, toxicology, water,
wastewater, storm water, oily waste. (2) Specialized recent experience
and technical competence of firm or particular staff members in
Federal and local regulatory requirements. (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) Use of Small or Small Disadvantaged or Women-owned Small
Business firms shall also be considered. (5) Capacity to accomplish the
work in the required time. (6) A-E firm's quality control
practices/techniques. (7) Location in the general geographical area of
the project and knowledge of the locality of the project; provided,
that application of this criterion leaves an appropriate number of
qualified firms, given the nature and size of the project. (8) The
volume of work previously awarded to the firm by the Department of
Defense shall also be considered, with the object of effecting an
equitable distribution of Department of Defense A-E contracts among
qualified A-E firms and firms that have not had Department of Defense
contracts. Each firm's past performance and performance rating(s) will
be reviewed during the evaluation process and can affect the selection
outcome. A-E firms shall address their planned potential for usage of
Small Business, Small Disadvantage Business, Women-owned Small Business
in Block 10 of the SF254. A Subcontracting Plan will be required from
large business firms with proposed fee of over $500,000.00. The
Subcontracting Plan is required to be submitted as part of the A-E's
fee proposal and must be approved prior to contract award. In block 10
of the SF 255 and any addendum, state why your firm is specially
qualified based on each of the above evaluation criteria. For
evaluation 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 the work will be done and describe the
experience and location of those personnel who will do the work. A-E
firms which meet the requirements described in this announcement are
invited to submit complete, updated Standard Forms 254, Architect
Engineer and Related Services Questionnaire, and 255,
Architect-Engineer and Related Services Questionnaire for Specific
Project, to the office shown above. A-E firms utilized by the prime A-E
must also submit completed Standard Forms 254 and 255. Only one copy of
each form is required. This prospective contract is a 100 percent
set-aside for small business (SB) concerns. The small business size
standard classification is SIC 8712 ($2.5 million in annual receipts).
If adequate interest is not received from highly qualified SB
concerns, this solicitation will automatically be opened to all firms
regardless of size or concern without further notice. Firms must submit
forms to the Contracts Department by 2:00 p.m. HST, on 3 December 1998.
Should the due date fall on a weekend or holiday, Standard Forms 254
and 255 will be due the first workday thereafter. This is not a request
for a proposal.***** Posted 10/30/98 (W-SN267017). (0303) Loren Data Corp. http://www.ld.com (SYN# 0009 19981103\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|