|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 14,1996 PSA#1551Contracting Officer, Building 00978, Code 823220D, Naval Air Weapons
Station, China Lake, California 93555-6001 B -- INDEFINITE DELIVERY TYPE CONTRACT FOR GENERAL ENVIRONMENTAL
ENGINEERING SERVICES SOL N62474-96-R-6324 DUE 041696. Contact Patricia
A. Crom (619) 939-4423 Contracting Officer, Michael P. Thorpe. SOL
N62474-96-R-6324. Contact Patricia Crom (619) 939-4423. Indefinite
Quantity General Environmental Engineering Services. Conduct general
environmental engineering studies, including specialized hazardous
material studies and waste management studies. Using the collected
data, submit reports of sufficient quality to ensure compliance with
regional, state, federal and other applicable legislative requirements
for the Naval Air Weapons Station, China Lake, California. Designs may
include preparation of construction documents, including plans,
specifications and cost estimates, for remedial efforts. As part of the
Engineering Services, there is the possibility of encountering asbestos
or hazardous waste. Additional services, within the general scope, and
magnitude, may be added to this contract. The total A-E fee for this
contract shall not exceed $500,000 and no single work order will exceed
$200,000. The firm selected is guaranteed a minimum of $25,000 in fees
for A-E services. Individual delivery orders for work to be performed
will be negotiated on a project basis. The contract will be for a
period of one year with a one year Government option for the same basic
services. The option year is limited to the same fee restrictions as
the base year. Expected start date is 1 August 1996. Evaluation
factors, listed in descending order of importance, are as follows: (1)
recent (within the past five years) experience with preparation of
studies, plans, and miscellaneous reports related to environmental
engineering issues including: air emissions permitting and management;
hazardous waste management and remediation; underground storage tank
(UST) remediation; hazardous waste treatment, storage, and disposal
(TSD) permitting and management; PCB management and remediation;
biological, ecological, toxicological, archaeology, and related studies
for project planning and permitting efforts; and pollution prevention
(P2); and (2) professional qualifications of the staff and/or
subcontractors to be assigned to this contract; (3) recent (within the
past five years) experience of the firm in preparation of construction
documents for environmental remedial, reduction, and treatment
projects; (4) capacity of the firm to accomplish the anticipated
workload in the required time limits; (5) an exhibited quality
assurance program; (6) Computer Aided Design (AutoCad version 12) and
SPECSINTACT with SGML for windows capabilities, and the experience of
the prime and support consultants. Plans and specifications will be
required to be submitted in AUTOCAD and SPECSINTACT format on magnetic
disk; (7) past experience, if any, of the firm with respect to cost
control, quality of work, and compliance with performance schedules on
contracts with government agencies and private industry - DOD
performance evaluations will also be utilized; (8) location of the firm
in the general geographical area of the project site, familiarity with
local regulatory agencies, and knowledge of the locality of the
projects; (9) dollar value of work previously awarded to the firm by
the Department of Defense with the objective of effecting equitable
distribution of contracts among qualified architect-engineer firms
including minority firms and firms that have not had prior DOD
contracts; and (10) use of small or disadvantaged or women-owned
business firms as primary consultants or as subcontractors. Firms which
meet the requirements described herein are invited to submit completed
SF 254s (unless already on file with the Naval Air Weapons Station),
and SF 255s, U.S. Government A-E Qualifications for Specific Project.
Indicate prior names the firm has used in the past three years, the
parent company, branch offices, affiliates, associates and
subsidiaries. It is requested that interested firms list amount and
date of all DOD fees awarded during the last twelve months in Block 9
of Standard Form 255. Firms submitting their SF 255s in response to
this announcement by 4:30 p.m. on 16 April 1996 at the Naval Air
Weapons Station, China Lake, California (a minimum of 30 days after
publication of this announcement) will be considered. Firms having a
current SF 254 on file with this office may also be considered. No
other general notification to firms for other similar design projects
performed under this contract will be made. Indicate Contract
N62474-96-R-6324 in Block 2b of SF 255. This is not a Request for
Proposals. For further information, contract Patricia Crom, (619)
939-4423. (071) Loren Data Corp. http://www.ld.com (SYN# 0020 19960313\B-0007.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|