|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1996 PSA#1526Engineering Field Activity, Northwest, NAVFACENGCOM, 19917 7TH Ave NE,
Poulsbo, WA 98370- C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR ENVIRONMENTAL
AND FACILITIES PLANNING SERVICES/STUDIES AT VARIOUS PACIFIC RTHWEST
ACTIVITIES SOL N44255-96-D-0068 POC Thomas A. Fournier, Contracting
Officer, (360) 396-0244 Patricia J. Harbin, Contracting Officer, (360)
396-0239. This indefinite quantity contract shall be for
Architect-Engineer environmental and facilities planning services and
studies. The purpose of the contract is to obtain services required to
support the Engineering Field Activity, Northwest (EFA, NW), Planning
Department. Projects will be primarily in Washington State, with some
projects in Alaska, and occasional project work in Idaho, Montana, and
Oregon. The work includes the following, not listed in priority order:
Preparation of studies, analysis, field investigations, development
and documentation for: National Environmental policy act (NEPA),
permitting, Navy Natural Resouces Management Plans, Naval Shore
Facilities Planning, National Historic Preservation Act (NHPA), and
Installation Level Electronic Databases with both graphic and
nongraphic information (e.g. ALPHA/APMM). Effort includes field
investigation, collection and analysis of field samples, literature
research, and public records research. Analysis and documentation
efforts will include technical support for resource agency
consultations and negotiations, and public involvement through public
meetings and hearings. Submission of electronic copies of all paper
document submittals will be required during contract performance. The
proposed procurement will result in the award of one fixed-price
indefinite quantity contract. The maximum value of the contract shall
not exceed $1,000,000 for the base year plus $1,000,000 for the option
year which may be unilaterally awarded by the Government. The contract
will have a minimum guarantee of $25,000 for the base year and $25,000
for the option year, if exercised by the Government. Individual
delivery orders executed under this contract are not expected to exceed
$500,000. Prioritized selection criteria in descending order of
importance are: (1) Professional qualifications of the staff to be
assigned to this contract, which are necessary for satisfactory
performance of required services. In Block 4 of the SF-255 (Personnel
by Discipline) show the entire proposed team by listing personnel
employed by the Prime Contractor in the blanks provided, and personnel
from consultants to the left in parentheses. (2) Recent specialized
experience and technical competence of the firm (including team
consultants) in the types of work required. Indicate which consultants
from the proposed team, if any, participated in projects listed in
block 8. (3) Past performance on contracts with Government agencies and
private industry in terms of quality of work and compliance with
performance schedules. List recent performance awards, commendations
and other performance evaluations. In particular, cite examples of
recognition for preparation of NEPA or State Environmental Policy Act
documentation, electronic master plans, and other work that reflects on
the ability to manage projects with an environmental/facilities
interdisciplinary team. (4) Corporate and product quality program
effectiveness. Address office work, field work, and subcontracted work.
(5) Capacity of the firm to accomplish multiple concurrent delivery
orders. (6) Location in the general geographical area of the project
and knowledge of the locality of the projects. (7) Demonstrated success
in prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. ** Note: Criteria
numbers (8) and (9) shall be used as secondary evaluation factors if
application of (1) through (7) should result in firms being ranked as
equals. (8) Classification of the Prime Contractor as a small, small
disadvantaged or woman-owned business, or making use of such firms as
team subcontractors for those areas determined by the Prime Contractor
to require supplemental qualifications or capacity. (9) Volume of work
previously awarded to the firm by the Department of Defense. List the
total dollar amount of prime DoD contract awards for the previous 12
months in the SF-255. The object is to effect an equitable distribution
of DoD contracts among qualified A-E firms including small, small
disadvantaged, woman-owned businesses, and firms that have not had
prior DoD contracts. Qualified firms desiring consideration shall
submit (a) one copy of the SF-255 including organization chart of key
personnel to be assigned to this contract, and (b) a SF-254 for the
Prime and each team subcontractor to Engineering Field Activity,
Northwest, Attn: Thomas A. Fournier (Code 0222TF), 19917 7th Ave. NE,
Poulsbo, WA 98370 not later than 4:00 PM Pacific Time, 30 days after
publication in the Commerce Business Daily. Note: Failure to submit the
aforementioned items and the amount of DoD fees awarded to the firm
will reflect negatively on the firm's submittal during the evaluation
process. Award may be made without conducting interviews. Unnecessarily
elaborate brochures or other presentations beyond those sufficient to
present a complete and effective response to this announcement are not
desired. Requests for debriefing and for information concerning the
progress of the selection will not be entertained prior to 45 days
after the SF 254/255 submittal due date. Telegraphic and facsimile
SF-254/255's will not be accepted. This procurement is open to all
business concerns. The SIC code for this procurement is 8711; the small
business size standard is $2,500,000. This is a request for
applications under Brooks Act Architect-Engineer selection procedures;
this is not a request for proposals, and no solicitation package or
bidders/planholders list will be issued. (0036) Loren Data Corp. http://www.ld.com (SYN# 0018 19960206\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|