|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1995 PSA#1494SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR A-E SERVICES FOR AIR QUALITY
ENVIRONMENTAL ENGINEERING AT VARIOUS SOUTHWEST DIVISION BRAC BASES
LOCATED IN CALIFORNIA SOL N68711-96-D-2058 DUE 012496 POC Kathy
Luhmann/Contract Specialist, (619) 532-2721, Nancy J. Trent/Contracting
Officer, (619) 532-2853. The Southwest Division, Naval Facilities
Engineering Command, San Diego, California is currently seeking
services of an architect/engineering firm for air quality environmental
projects at various locations in California. This synopsis was
originally published in the Commerce Business Daily (CBD) issue dated
22 November 1995 as a presolication notice. Sufficient qualified small
business concerns were received; subsequently, in accordance with P.L.
103-160, Preference for Local and Small Businesses and the Base
Realignment and Closure Law, this procurement is now being set-aside
for small businesses only nation-wide (please refer to SIC Code 8711).
Services required are for development of permitting documentation and
support to obtain local, state and/or federal air permits including
Title V facility permits and permits subject to New Source Review and
Prevention of Significant Deterioration rules and regulations. Other
services required are for preparation of contingency plans, air
pollution abatement plans, Air Toxics Emissions Inventory Plans and
Reports, Air Toxics Health Risk Assessments, Air Toxics Risk Reduction
and Abatement Plans, emission inventory reports (including inventories
of VOCs, ODSs, and any other regulated pollutants), Radon Surveys,
Assessments, and Reports, conducting Ozone Depleting Substance
elimination studies, conducting Best Available Control Technology
(BACT) studies and inventories, developing Emission Reduction Credits
(ERCs) and a system for managing ERCs, and studies and plans to comply
with RECLAIM program. A firm fixed-price, Indefinite Quantity Contract
for a base year with an option for an additional one year period will
be awarded in a not to exceed amount of $2,000,000.00. The base year
shall not exceed $1,000,000.00 and the option year shall not exceed
$1,000,000.00. The individual delivery order limitation may not exceed
$500,000.00. The estimated start date is February 1996. The estimated
completion date is February 1997. The guaranteed minimum contract
amount is $25,000.00. A-E selection criteria will include (in order of
importance): (1) Recent specialized experience of the firms, and/or
proposed consultants, in conducting New Source Permitting studies
(including Title V requirements of CAA amendments of 1990), development
and implementation of Air Toxic Emission Inventory & Health Assessment
Reports and Air Toxic Risk Reduction & Abatement Plans, conducting and
preparing radon surveys & reports, and inventories, studies & plans to
comply with RECLAIM program, interfacing with air regulatory agencies
in California, (2) Professional Qualifications and capabilities of the
staff to be assigned to this project must include recent experience in
conducting New Source Permitting studies (including Title V
requirements of CAA amendments of 1990), development and implementation
of Air Toxic Emission Inventory & Health Assessment Reports and Air
Toxic Risk Reduction & Abatement Plans, conducting and preparing
asbestos surveys & reports and inventories, studies & plans to comply
with RECLAIM program, interfacing with air regulatory agencies in
California. (3) Past performance on contracts with government agencies
and private industry in terms of cost control, quality of work and
compliance with performance schedules. Indicate by briefly describing
internal quality assurance and cost control procedures and indicate
team members who are responsible for monitoring these processes. List
recent awards, commendations and other performance evaluations (do not
submit copies). (4) Location in the general geographic area of the
project and knowledge of the locality of the project, provided that the
application of this criterion leaves an appropriate number of firms
given the nature and size of this project. (5) Capacity to accomplish
the work in the required time. Indicate the firm's present workload and
the availability of the project team (including consultants) for the
specified contract performance period and indicate specialized
equipment available and prior security clearances. Those small business
firms which meet the requirements described in this announcement and
wish to be considered, must submit one copy each of a SF 254 and a SF
255 for the firm and a SF 254 for each consultant listed in block 6 of
the firm's SF 255, regardless of any previous submissions to the
earlier presolicitation notice. One copy of the submittal package is to
be receivedin this office no later than 3:00 P.M. Pacific Time on the
due date indicated above. Should the due date fall on a weekend or
holiday, the submittal package will be due the first workday there
after. Submittals received after this date and time will not be
considered. Additional information requested of applying firms:
indicate solicitation number in block 2b, CEC (Contractor Establishment
Code) and/or Duns number (for the address listed in block 3) and TIN
number in block 3, telefax number (if any) in block 3a and discuss why
the firm is especially qualified based on the selection criteria in
block 10 of the SF 255. For firms applying with multiple offices,
indicate the office which completed each of the projects listed in
block 8 and list which office is under contract for any contracts
listed in block 9. Use block 10 of the SF 255 to provide any additional
information desired. Personal interviews may not be scheduled prior to
selection of the most highly qualified firm. SF 255's shall not exceed
30 printed pages (double sided is two pages/organizational charts and
photographs excluded, exception: photographs with text will be
considered as a page). All information must be included on the SF 255
(cover letter, other attachments and pages in excess of the 30 page
limit will not be included in the evaluation process). Firms not
providing the requested information in the format (i.e. listing more
than a total of 10 projects in block 8, not providing a brief
description of the quality control plan, not listing which office of
multiple office firms completed projects listed in block 8, etc.)
directed by this synopsis may be negatively evaluated under selection
criteria (3). Firms, their subsidiaries or affiliates, which design or
prepare specifications for a construction contract or procurement of
supplies cannot provide the construction or supplies. This limitation
also applies to subsidiaries and affiliates of the firm. This is not a
request for proposal. Telegraphic and facsimile SF 255's will not be
accepted. Site visits will not be arranged during the submittal period.
See Numbered Note(s): 1, 24. (0352) Loren Data Corp. http://www.ld.com (SYN# 0020 19951219\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|