Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1995 PSA#1291

Engineering Field Activity, Mediterranean, PSC 810, P.O. Box 51, AE 09619-0051

C -- ENGINEERING SERVICES AND ENVIRONMENTAL SERVICES FOR PROJECTS IN EUROPE, NORTH AFRICA, AND THE PERSIAN GULF SOL N33191-95-R-4003 POC Contact Karen J. Donald, Contract Specialist, 39-81-509-7550/ Mr. William S. Barker, Contracting Officer, 39-81-509-7550 (1) Architectural/Engineering Services are required for the preparation of drawings, specifications, cost estimates, translations, preparation of reports and plans, performance of investigations and/or studies, and associated engineering servicesat various locations in Europe, North Africa and the Persian Gulf. (2) This is an Indefinite Quantity Contract. The duration of the contract will be for one (1) year from date of contract award or $1,000,000.00 in fees per year, whichever may comefirst. The minimum guarantee for the base year only is $5,000.00. The proposed contract includes one (1) year Government option for the same basic professional skills. The option year contract will also be for $1,000,000.00 in fees per year or forthe duration of one (1) year, whichever may come first. Subject to necessary changes, the total A/E fee that may be paid under this contract will not exceed $2,000,000.00. (3) Design services may include, but are not limited to: wastewater and watertreatment plants; hazardous waste storage, treatment and/or disposal facilities; removal/installation of underground/aboveground storage tank systems for petroleum products and/or hazardous substances/wastes; asbestos and PCB removal. Engineeringservices may include, but are not limited to: Preparation of spill prevention, control and reporting plan and/or contingency plans; Underground Storage Tank (UST) management plans; Asbestos Abatement plans; PCB elimination plans; Air quality and radonhazard mitigation studies; Asbestos/PCB inventories; Environmental contamination investigations; Hazardous substance spill reports; Pollution Prevention Plans; Preparation of environmental project documentation. Post Construction Award Services (PCAS)may include, but are not limited to: Submittal and shop drawing review; Preparation of record drawings; and Construction inspection services. Drawings will be in metric dimensions and will be in English and the host nation language; specifications willutilize European as well as U.S. (D.O.D.) codes and criteria, and will be in the host nation language and English; cost estimates will be prepared in the local currency and U.S. dollars using metric quantities. There is likely to be a wide variation inthe complexity and size of the projects issued under this contract. Selection will be based on the following criteria which are numbered in order of importance: (1) Qualifications and recent specialized environmental experience of the firm (andsupporting consultants) in providing the aforementioned design and engineering services which include, but may not be limited to: site investigations, designs, studies, plan and report preparation. The firm will be required to deliver design solutionsusing CAD and SPECSINTACT. (2) Professional qualifications and technical competence of the staff proposed for this contract. Experience of key personnel in a broad range of environmental related projects. Demonstrated knowledge of host nation aswell as U.S. environmental statutes and regulations, D.O.D. and host nation codes and criteria. (3) Knowledge of the locality and environmental program implementation practices in the various regions of Europe, North Africa, and the Persian Gulf,including local practices, laws, and regulations. (4) Past performance (with emphasis on similar efforts cited in criteria elements one and two) with government agencies and/or private industry, in terms of cost control, quality of work (includingquality control procedures), and compliance with schedules. (5) Ability of the firm to accomplish the contemplated work within a reasonable time limit; as demonstrated by the firms' projected workload during the anticipated contract period, and thefirms' history of successfully completing projects in compliance with performance schedules and providing timely submittals. Provide specific experience and related time frame accomplishment of similar engineering and environmental efforts. (6)Quality Control Program - Firm will be evaluated on their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. (7) All other factors being equal, location of the firms and volumeof work previously awarded by the Department of Defense (DOD) as the prime contractor, during the last 12 month period will be considered (DO NOT PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS THE DATA), with the objective of affecting equitabledistribution of contracts among qualified Planning, Architectural and Engineering firms, including minority-owned firms and firms that have not had prior DOD contracts. Firms responding to this announcement must be prepared to accept theaforementioned as a part of their contract responsibility. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless are already on file) and 255, U. S.Government Architect-Engineer Qualifications, to the office shown below. In Block 10 of the SF255, discuss why the firm is especially qualified based upon synopsized evaluation factors. Use Block 10 of the SF 255 to provide any additional informationdesired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255; cover letter and other attachments will not be considered in the evaluation process. Provide a synopsis of the scope of work,point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by no later than 30 days from the date this announcement appears in the CBD will be considered. Late responses will be handled in accordance with FAR 52.215-10. Facsimile responses will not be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements shouldclearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. This proposed contract is being solicited on an unrestricted basis,therefore, replies to this notice are requested from all business concerns. Such firms must be capable of complying with the limitations on subcontracting in the clause at FAR 52.219-14. SDB concerns responding shall provide a positive statement ofeligibility as a small socially and economically disadvantaged business concern along with Standard Form 255. Before award of contract, the Architect-Engineer (if not a Small Business concern) shall agree in the contract, by incorporation of anacceptable small business and small disadvantaged business subcontracting plan in accordance with FAR Part 19.7, that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate incontract performance consistent with its efficient performance. The small business size standard classification is SIC 8712 ($2,500,000). Inquiries concerning this project should mention location and contract number. Those firms which meet therequirements described in this announcement and wish to be considered, must submit a SF 255. Specifically address all criteria elements listed, except for element (6), in block 10, with additional sheets attached, as required. One copy of the SF 255must be received in this office EFA MED, ATTN CODE N2, PSC 810 BOX 51, FPO AE 09619-0051 or Engineering Field Activity Mediterranean, Palazzo di Cristallo Mirabella, Viale Delle Acacie, SS Domitiana, 81030 Castelvolturno, P. Caserta no later than 30March 1995 The government reserves the right to award 2 contracts under this synopsis. Indicate contract number in block 2B, DUNS, TIN numbers in block 3, telefax number, if any in block 3a, prior names your firm has used in the past three years,including parent company, branch office, affiliates, association and subsidiaries in the appropriate block and state of all DOD fees awarded during the last two years in block 9 and discuss why the firm is especially qualified based on the selectioncriteria in block 10 of the SF 255. Submit a SF 254 only if you have not done so in the past year. Section III of the General Provision on the annual U.S. MILCOM Appropriations Bill requires that this contract can only be awarded to a U.S. Firm or aU.S. Firm in joint venture with a host country firm. This is not a Request For Proposal (RFP). Address questions pertaining to this synopsis to Ms. Karen J. Donald at 0039-81-509-7550. See numbered Note 24.(0054)

Loren Data Corp. http://www.ld.com (SYN# 0014 19950224\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page