|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1995 PSA#1366Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert
Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231) C -- IQ FOR ENVIRONMENTAL PLANNING & ENGINEERING SERVICES FOR NEPA &
EO 12114, ENVIRONMENT EFFECTS ABROAD OF MAJOR FEDERAL ACTIONS AT
OVERSEAS AREAS LOCATIONS UNDER COGNIZANCE OF LANTNAVFACENGCOM SOL
N62470-95-R-6012 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 the preparation of
environmental planning documents in accordance with the National
Environmental Policy Act (NEPA) and Executive Order (EO) 12114,
Environment Effects Abroad of MajorFederal Actions guidelines and
regulations. Services are required within the Atlantic Division, Naval
Facilities Engineering Command's Overseas area of responsibility
including Iceland, the Caribbean, and Europe (including Engineering
Field Activity,Mediterranean areas). The documents to be prepared by
this contract are environmental assessments and environmental impact
statements under NEPA, as well as environmental reviews and
environmental studies as required under EO 12114. For
majorenvironmental impact statements, a draft environmental impact
statement may be awarded with an unpriced phase for the final
environmental impact statement. General guidelines for preparation of
the NEPA documents are contained in the Council onEnvironmental Quality
(CEQ) Regulations (40 CFR Part 1500 et. seq.) and Navy Instructions as
published, 32 CFR Part 775 and OPNAVINST 5090.1B. Guidance for
preparing EO 12114 documents is contained in OPNAVINST 5090.1B,
Appendix E. In order tocomplete these documents some of the following
related studies may be required: (1) Air conformity analyses under the
Clean Air Act; (2) Wetlands delineation and mitigation plans; (3)
Cultural resource surveys; (4) Coastal zone management
consistencydeterminations; (5) Endangered Species Action Section 7
surveys and biological assessments; (6) Community Impact Studies; (7)
Environmental Justice analyses; (8) Traffic Studies; (9) Water quality
studies to include chemical and physical analysis ofdredge material
and bioassays; (10) Stormwater Management Studies; (11) Noise impact
studies; (12) Toxic and Hazardous Waste Surveys; (13) Public
Involvement Strategies, and (14) Life Cycle Cost Analyses. The A&E must
demonstrate his and each keyconsultant's qualifications with respect to
the published evaluation factors for all services. 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 their
past experience with regard to the preparation of the above listed
environmental documents and related studies and their knowledge of
environmental regulations unique to the contractarea; (2) Professional
qualifications and technical competence in the type of work addressed
in evaluation factor number 1. Firms will be evaluated in terms of the
staff's active professional registration and the capability to provide
qualified backupstaffing for key personnel to ensure continuity of
services and ability to surge to meet unexpected project demands; (3)
Ability to perform the work to schedules and capacity to complete up to
5 major taskings per year - Firms will be evaluated in termsof the
impact of this workload on the staff's projected workload during the
contract period; (4) Past Performance - Firms will be evaluated in
terms of one or more of the following (with emphasis on projects
addressed in factor number one) demonstratedlong term business
relationships and repeat business with Government and private
customers; (5) Quality Control Program - Firms will be evaluated on the
acceptability of their internal quality control program used to ensure
technical accuracy andcoordination of planning, environmental and
engineering services; (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. The
duration of the contract will be 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. The total A&E
fee that may be paid under this contract will not exceed $1,500,000. No
other general notification to firms for other similarprojects performed
under this contract will be made. Type of contract: Firm Fixed Price
Indefinite Quantity Contract. Estimated start date is September
1995.--Architect-Engineer firms which meet the requirements described
in this announcement areinvited to submit completed Standard Forms (SF)
254 (unless already on file) and 255, U. S. Government
Architect-Engineer Qualifications, to the office shown above. In Block
10 of the SF 255, discuss why the firm is especially qualified based
uponsynopsized evaluation factors; and provide evidence that your firm
is permitted by law to practice the professions of architecture or
engineering, i.e., State registration number. For selection evaluation
factor (1), provide the following informationfor only the staff
proposed for this work using these column headings: ''NAME'', ''RELATED
PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', and ''TECHNICAL ROLE''. Use
Block 10 of the SF 255 to provide any additional information desired
and continue Block 10 narrativediscussion 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 10 point font; every
page that is not an SF 254 will be included in the 30 page count);
coverletter 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 thisoffice and those
responding by 4:00 p.m. EST, 17 July 1995 will be considered. Late
responses will be handled in accordance with FAR 52.215-10. Neither
hand carried proposals nor facsimile responses will be accepted. Firms
responding to thisadvertisement are requested to submit only one copy
of qualification statements. The qualification statements should
clearly indicate the office location where the work will be performed
and the qualifications of the individuals anticipated to work onthe
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. Before award of
contract, the Architect-Engineer (if not aSmall Business concern) shall
agree in the contract, by incorporation of an acceptable small business
and small disadvantaged business subcontracting plan in accordance with
FAR Part 19.7, that small business concerns and small disadvantaged
businessconcerns shall have the maximum practicable opportunity to
participate in contract performance consistent with its efficient
performance.--The small business size 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.(0160) Loren Data Corp. http://www.ld.com (SYN# 0022 19950612\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|