Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1996 PSA#1526

Engineering 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