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