Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 6,1999 PSA#2256

OIC, NAVFAC Contracts, PSC Box 8006, Cherry Point, North Carolina 28533-0006

C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING AND DESIGN SERVICES SOL N62470-99-D-3554 DUE 021899 POC Marsha G. Temple, (252) 466-4751, Contracting Officer M. J. patterson, CDR, CEC, USN This solicitation is for a general environmental engineering contract potentially involving all aspects of environmental study and design work. This is NOT a request for proposals. The contract will be of the Firm Fixed Price-Indefinite Quantity type. The duration of the contract will be for one year from the date of the initial contract award; however, the government reserves the option to extend the contract for an additional 12 months. Subject to necessary changes, the total A&E fee that may be paid under this contract will not exceed $500,000.00. An initial project has not yet been selected and specific information concerning potential upcoming projects should not be solicited. Project work secured under this contract will be on an as-needed basis. Inquiries shall refer to contract number and title. This proposed contract is being solicited on an unrestricted basis. Typical expertise required includes all types of environmental engineering services such as soil and ground water sampling, laboratory analysis, interpretation of sampling results, site closure plans, location surveying, field investigation, management plan development, report of findings, and environmental engineering designs including preparation of plans, specifications, cost estimates and review of construction shop drawings. Some relatively small projects with quick turnaround times should be anticipated. Firms may be required to prepare cost estimates utilizing the computerized CES format, specifications in SpecsIntact system format, and drawings in AutoCADD compatible format. Projects may include taking part in negotiations with regulatory officials on behalf of the Air Station. Firms must be prepared to accept the aforementioned as a part of their contract responsibility. Firms which meet the requirements described in this announcement are required to submit one copy each of completed SF-254 and SF-255 forms. Copies of SF-254 forms are also required for proposed subconsultants and copies of SF-255 forms are encouraged for proposed subconsultants who are expected to contribute significantly to the contract. The A&E must demonstrate his and each key subconsultant's qualificiations with respect to the published evaluation factors for design and all option services. Evaluation factors (1) and (2) are of equal and greatest importance; Factors (6), (7) and (8) are of lesser importance than factors (1) through (5). Pertinent statements relative to the evaluation factors shall be included in Part 10 of SF-255 form. Superfluous information is discouraged. Late responses will be handled in accordance with FAR 52.215-10. Inquiries shall refer to the contract number and title. Specific evaluation factors include: (1) Professional qualifications of the firm's proposed personnel and its subconsultants (if proposed) necessary for satisfactory performance of required services. Resumes shall be included only for key persons expected to perform work under this contract, shall show location of each person's assigned office, shall briefly describe anticipated role in performing contract work, and shall highlight specific training, certification and experience relative to anticipated contract project assignments. (2) Specialized recent (within the last five years) experience of the firm (including subconsultants) and technical competence in the type of work required. Cite examples of prior work relationships with proposed subconsultants or associates. In SF 255, Block 8, provide a synopsis of the scope of work, year work completed, point of contact and telephone number for each project listed. Failure to provide recent verifiable references may be considered as grounds for disqualification. Specific projects listed shall include a cross reference to the names of persons identified in evaluation Factor 1. Highlight projects which require specific knowledge of the environmental laws and regulations affecting Federal facilities; and the Federal and State of North Carolina laws, regulations, codes and permits applicable to projects of this nature. A good working relationship with the State of North Carolina environmental agencies and an understanding of regulatory requirements may be critical on some projects. Provide evidence that your firm is permitted by law to practice the profession of engineering in the State of residence, i.e., state registration number. (3) Capacity to accomplish the work in the required time. In a maximum of one page, provide a narrative, chart, or graph showing the anticipated backlog of work over the next twelve month period for key personnel proposed for use in this contract. Identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide one page maximum for you and subconsultants that describes office automation support and systems and other supporting equipment. (i.e. AutoCADD, SpecsIntact). (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules for projects listed in Block 8 and evidence of demonstrated long term business relationships and repeat business with Government and private customers. Reference letters of commendation that specifically apply to projects identified in Part 8 of SF-255. Firms are encouraged to submit contact names, performance ratings and letters of commendation received for the specific projects identified in evaluation Factor 2. (5) Specific internal quality control procedures proposed for projects of this nature. Provide a one page maximum summary of how your firm approaches internal quality control and cost control processes and procedures. Identify how these will be maintained for all work by multiple offices and subconsultants. Provide an example of your quality control program in action. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination for engineering services, plans and specifications. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Relate to personnel proposed and example projects listed, if possible. (7) Geographical location of the firm (including subconsultants) and knowledge of the locality of the work area. State anticipated mode of transportation to be used from each office and estimate approximate mileage and typical response time. Application of this criteria is contingent upon receiving an appropriate number of qualified firms, given the nature and size of the contract. (8) The volume of work performed previously awarded to the firm by the Department of Defense (DOD) shall also be considered, with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms. Firms shall list contract titles and the total dollar value of DOD contracts that they have been awarded over the last twelve month period Posted 01/04/99 (I-SN284803). (0004)

Loren Data Corp. http://www.ld.com (SYN# 0013 19990106\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page