Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1995 PSA#1295

Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231)

C -- I/Q FOR DESIGN SERVICES FOR WATER QUALITY PROJECTS WITHIN OVERSEAS AREAS (INCLUDING ICELAND, THE CARIBBEAN, AND EUROPE) UNDER THE COGNIZANCE OF THE LANTNAVFACENGCOM SOL N62470-95-R-6006 POC Contact Miss Bayla Mack, 804-444-9676/Mr. Dean Koepp, Head, Contract Support Branch, 804-444-9582 Architect-Engineer or Engineering Services are required for preparation of project documentation, plans, specifications, cost estimates, related studies, and all associated engineering services for design solutions to address Wastewater type WaterQuality Issues. Tasks will include, but are not limited to: Wastewater treatment plant, pump station and plant control evaluations and subsequent design upgrades and improvements; design solutions to correct illicit discharges to sanitary and stormsewers; evaluation and design of pump station upgrades; wash rack modifications, evaluation and design of pretreatment and pollution prevention control systems related to industrial wastewaters; pretreatment, certificate to construct/non-discharge type,and National Pollutant Discharge Elimination System (NPDES) permit application preparation; associated laboratory support for wastewater, stormwater and residual characterizations; treatability study determination; and Oily Waste/Waste Oil (OWWO)handling and treatment facility design at activities located within the Atlantic Division, Naval Facilities Engineering Command's Overseas Geographic Area including Iceland, the Caribbean, and Europe including areas under the cognizance of EngineeringField Activity Mediterranean. The Government will reserve an option to negotiate post construction award services (PCAS) to include Operation and Maintenance Support Information (OMSI) Manuals, the preparation of manuals required by environmentalregulators, shop drawing review, preparation of as-built drawings, and construction surveillance services (Title II). The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for allservices. Evaluation factors (1) through (5) are of equal importance; factors (6), (7) and (8) are of lesser importance. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of previous experience of thefirm in preparation of Department of Defense Project Documentation, Pretreatment and NPDES environmental permit applications and application for the construction of wastewater facilities; design of pretreatment/pollution prevention facilities to controlindustrial wastewaters and minor upgrades and improvements to domestic treatment works, instrumentation design improvements for wastewater treatment processes; process treatability studies, and the firm's capability to perform wastewater sampling,testing, and interpret laboratory results; (2) Professional qualifications, technical competence and experience of the staff to accomplish the designs and studies outlined in evaluation factor 1 above for work in the geographical areas under thiscontract - Firms will be evaluated in terms of (a) active professional registration of the technical staff including a design professional registration in Puerto Rico; and (b) the proposed team's management approach to successfully completing tasksunder this contract including their demonstrated work experience with key consultants on similar projects; (3) Capability to provide qualified backup staff for key personnel to ensure continuity of services and ability to complete at least 4 taskssimultaneously, including designs and studies, in 6 month timeframes; (3) Ability to perform the work to schedules and capacity and approach to perform at least 4 tasks simultaneously including designs and studies - Firms will be evaluated in terms ofimpact of this workload on the staff's projected workload during the contract period; (4) Past Performance - Firms will be evaluated in terms of their past performance with this Command and other DOD agencies and private companies in terms ofdemonstrated long term business relationships and repeat business (with emphasis on projects addressed in factor 1). Firms will also be evaluated in terms of demonstrated history of meeting performance schedules; (5) Quality Control Program - Firmswill be evaluated on the acceptability of their internal quality control program used to assess technical accuracy in reports, calculations, drawings, and specifications to assure overall coordination between engineering and technical disciplines, andtheir means of ensuring quality services from their consultants; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size ofthe contract) - Firms will be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction materials and practices of the area; (7) Volume of Work - Firmswill be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that havenot had prior DOD contracts; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which offerors identify and commit to small business and to small disadvantaged business, historicallyblack college and university, or minority institution in performance of the contract, whether as joint venture, teaming arrangement, or subcontractor. Firms are required to prepare the cost estimate utilizing the computerized CES, when applicable, andthe specifications in the SPECSINTACT system format. Digital Graphics database of any site survey may be required. If so, the survey, and all drawings forming a part thereof, shall be submitted in an AutoCAD compatible format, either DXF or .DWG, onDOS high density floppy disks. The design contract scope may require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans andspecifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. The duration of the contract willbe for one (1) year from the date of an initial contract award. The proposed contract includes a one (1) year Government option for the same basic professional skills. Subject to necessary changes, the total A&E fee that may be paid under thiscontract will not exceed $1,000,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is June1995.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shownabove. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., Stateregistration number. For selection evaluation factor (1), 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''. Use Block10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255 (limited to 30 pages (front and back considered 1 page)--not less than 10point font; every page that is not an SF 254 will be included in the 30 page count); 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 foreach project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 6 April 1995 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither handcarried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where thework 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 requestedfrom all business concerns. Before award of contract, the Architect-Engineer (if not a Small Business concern) shall agree in the contract, by incorporation of an acceptable small business and small disadvantaged business subcontracting plan inaccordance with FAR Part 19.7, that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate in contract performance consistent with its efficient performance.--The small businesssize standard classification is SIC 8711 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.(0060)

Loren Data Corp. http://www.ld.com (SYN# 0023 19950302\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page