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