|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1995 PSA#1312Contracting Officer, Navy Public Works Center, San Francisco Bay, Code
20, Oakland, CA 94623-1003 R -- A\E SERVICES FOR VARIOUS ENVIRONMENTAL PROJECTS IN SUPPORT OF
NAVY ENVIRONMENTAL CONTRACTORS IN CALIFORNIA AND NEVADA SOL
N68378-R-95-4955 DUE 050295 POC Point of Contact is LT Jeff Baker at
(510) 466-7675; Contracting Officer is Nancy Tarrant Firm fixed Price
Indefinite Quantity Architect-Engineer services are required for
environmental engineering, planning, design, testing and support
services in compliance in all media with Federal, State, and local
regulations. SIC Code 8711. Services are intended to support Navy
environmental remediation contractors conducting various remediation
actions within California (primarily) and Nevada. The services will
include, but not be limited to: (a) the preparation of plans and
specifications, workplans, health and safety plans, remedial
investigations, feasibility studies, corrective action plans, health
risk assesments, engineering evaluation/cost analysis,environmental
property assessments; (b) field consultation for various environmental
projects which may include, but are not limited to, underground tank
removal and closure, landfill closure, soil and groundwater
remediation, hydrocarbon and heavy metal abatement; (c) partnering/team
building with the Navy Public Works Center San Francisco Bay, its
remediation contractors, and regulatory agencies throughout the life of
the contract. Coordination of design and engineering support with the
remediation contractors will frequently approximate a design-build
relationship. **The contract term is for one year with two (2) one-year
option periods. The contract maximum annual total is $1.65 million. The
contract minimum is a total of $30,000 worth of delivery orders. **A-E
selection will be based on the following criteria which are numbered
in order of importance: (1) RECENT SPECIALIZED EXPERIENCE of the firm
and proposed consultants in projects similar in scope to the above
project descriptions. This includes demonstrated knowledge of Federal,
State, and local codes and regulations concerning environmental
issues. (2) PROFESSIONAL QUALIFICATIONS of the staff (in-house and
consultants) with respect to the overall makeup of the project team.
The experience and roles of the key team personnel, specifically on
related projects addressed in criteria element one, should be
addressed. (3) PAST PERFORMANCE on contracts with government agencies
and/or private industry in terms of quality of work, compliance with
schedules, and cost control. Demonstrated long term government or
private business relationships, repeat business or related efforts, and
construction support. Proven quality control of design/project
documents. (4) CAPACITY to accomplish the contemplated work within a
minimum reasonable time limit; as demonstrated by the impact of this
work load on the firm's permanent staff, projected work load during the
anticipated design service period, the firm's history of successfully
completing projects in compliance with performance schedules and
providing timely construction support. Provide specific experience and
related timeframes for accomplishment of similar efforts. Provide
examples of firm's ability to work on multiple projects concurrently.
If consultants are involved, address history of working relationship.
(5) SUBCONTRACTING. Demonstrated ability and commitment of the firm to
provide substantial broad based small, and small disadvantaged,
business subcontracting. (6) VOLUME of work previously awarded by the
Department of Defense (DOD) for the past 12 months to the firm (DO NOT
PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS THE DATA), with the
objective of effecting equitable distribution of contracts among
qualified Architect-Engineer firms, including small and minority owned
firms and firms that have not had prior DOD contracts. **A Large
Business will be required to submit a subcontracting plan if selected.
Those firms which meet the requirements described in this announcement
and wish to be considered, must submit an SF 255. In order to expedite
your firm's consideration regarding the above criteria by the board,
the following application data from the SF 255 Blocks 7, 8, and 10
should be presented as follows: (Block 7) Provide a matrix for the
design team, including any alternates. Individual rows should be
labelled with the team members' names and their proposed team
assignments. Columns should be labeled as follows: firm name and office
location; percent of time to be spent on this team; professional
registration and state; number of years of professional experiance;
number of years with current firm; for project managers and team
leaders, identify the number of teams (design, subcontractor, and joint
venture partners) they have managed over the past three years; highest
education level and area of specialization (example: BS, mechanical
engineering). (Block 8) In matrix form, identify which team members
worked on the described projects. Individual rows should be labelled
with the projects' titles. Columns should be labeled with the tean
members' names. (Block 10) Include a tabular listing of all excellent
performance ratings and letters of commendation from both private and
DOD clients (Designate your role: prime, subcontractor, or joint
venture partner). These ratings should be dated 1990 or later and
should include those for joint venture partners and subcontractors.
**For consideration, provide one submittal package, including one
original SF 255 and one SF 254 for each firm proposed. The SF 255 with
attachments shall be limited to no more than 40 pages (8.5 x 11
inches), and not less than 10 point font. Every page that is not an SF
254 will be included in the page count. The submittal must be received
in this office (2nd floor, Bldg 794, Oakland Army Base, near the
intersection of Maritime St and 14th St, Attn: LT Jeff Baker) no later
than 3:00 pm local time at Oakland, CA, on 2 May 1995. Submittals
received after this date and time will not be considered. Include
telefax numbers in Block 3a and Contractor Establishment Code (formerly
the DUNS number), Commercial and Government Entity (CAGE) Codes if
known, A-E Contractor Appraisal Support System (ACASS) Code if known,
and Taxpayer Identification Number (TIN) in Block 3. Label lower right
corner of outside mailing envelope with ''A-E Services
N68378-95-R-4955.'' Site visits or meetings will not be arranged during
the advertisement period. This is not a request for proposal (RFP).
(0083) Loren Data Corp. http://www.ld.com (SYN# 0058 19950327\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|