Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1996 PSA#1578

Officer in Charge of Construction, P. O. Box 209, Oceanside, CA 92049-0209

C -- IQ A/E SERVICES FOR VARIOUS ENVIRONMENTAL DESIGN AND STUDY PROJECTS AT MCB, CAMP PENDLETON, CA; NAVAL WEAPONS STATION, FALLBROOK, CA; AND MWTC, BRIDGEPORT, CA SOL N68711-95-R-8804 DUE 052996 POC Kathy Gillespie, 619-725-8241/Contracting Officer, Catherine Jones, 619-725-8240 Firm Fixed Price/Indefinite Quantity Architectural-Engineering Services are required for feasibility and concept studies, preparation of plans and specifications, cost estimates, preparation of engineering studies/investigations reports, engineering surveying, environmental, subsurface soil investigations and incidental related work. Specifications will be in the SPECSINTACT format. The types of projects will involve preparation of environmental and health risk assessments and if required, environmental impact statements. Conduct surveys and prepare plans for hazardous waste minimization and investigative reports for situations where air, water, and/or soils are suspected to be affected by pollutants. Provide studies and designs for Class III landfills, hazardous waste storage facilities and wastewater pretreatment systems. The term of the contract will be 365 days from the date of the contract award or until the $500,000.00 limit is reached. The Delivery Order limitation is $200,000.00. The proposed contract includes a Government option for the same terms and conditions of the original contract or an additional 365 days. If the Government exercises the option to extend, the total amount of the contract shall not exceed $1,000,000.00. The guaranteed minimum contract amount is $25,000.00. The estimated start date is October, 1996. A/E selection criteria is listed in descending order of importance as follows: (1) Recent specialized experience and knowledge of the firm, (including consultants) in environmental assessments and surveys for sites in the State of California which comply with the National Environmental Policy Act, California Environmental Quality Act, National Historic Preservation Act, Native American Graves and Repatriation Act, Endangered Species Act, Coastal Zone Management Act and were affected by (a) wet land; (b) endangered species; and (c) archaeological site issues. Plans and studies with reports for hazardous waste source and reduction and sites in the State of California where air, water, and/or soils were investigated for affects by pollutants for: (d) Hazardous Waste Minimization Plans (complying with SBA-14); (e) Air pollution that involved major stationary sources in non-attainment areas with a minimum of 6 different categories of operations or equipment (complying with AB 2588); (f) Site investigations where water and/or soils are suspected of being contaminated. Studies and Designs with permits in the State of California for; (g) Class III landfills (receiving between 25,000 and 250,000 tons/year); (h) Hazardous Waste Storage Facilities with a minimum of 20,000 square feet of space, and (i) Waste water pretreatment systems for industrial waste effluents discharged to municipal sewage treatment plants and; (j) risk assessments for human health. (Do not list more than a total of 10 projects in Block 8. Indicate which consultants from the proposed team, if any, participated in the services of each project.) (2) Professional qualifications of the staff to be assigned to projects resulting from this contract to include recent experience in the types of design, studies, and assessments listed in criterion 1. Specialists available to the project team should include toxicologists and archaeologists. List only the team members who actually will perform major tasks under this project and qualifications should reflect the individual's potential contributions to this project. (3) 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. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. (Briefly describe 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). (5) Location in the general geographical area of the project and knowledge of the locality of the project. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility decision. There are no exclusions for recovered material for the purposes of the slate and selection process. (7) Small Business, Small Disadvantaged Business, or Woman-owned Business status of prime consultant or use of Small Business, Small Disadvantaged Business or Woman-owned Businesses as subconsultants by the prime consultant. (8) Volume of work awarded to the firm by the Department of Defense (DOD) within the last twelve months with the object of affecting equitable distribution of contracts among qualified A/E firms. Evaluation criterion (1) through (4) are the primary evaluation factors in the determination of the most highly qualified firm. Criterion (5) through (8) are secondary factors that will become a consideration in the event that firms are considered equal on factors (1) through (4). Those firms which meet the requirements described in this announcement and wish to be considered must submit a SF 254 (including subconsultants) and SF 255 which should include an organizational chart of key personnel to be assigned to the projects. One copy of the SF 254/255 is to be received in this office no later than 4:00 P.M. Pacific Time, May 29, 1996. SF 254/255's received after this date and time will not be considered. All SF 254/255's delivered by means other than the postal service should be addressed to OICC, A/E Branch, Building 22101, Marine Corps Base, Camp Pendleton, CA 92055 and received by the above date. No other notification of these projects will be made to firms. Other additional information requested of applying firms: On the SF 255, indicate solicitation number in Block 2d, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in Block 3) and TIN number in block 3, facsimile number (if any) in Block 3a, and in Block 10 discuss why the firm is especially qualified based on the selection criteria. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. SF 255's shall not exceed 30 printed pages. (Double sided pages are counted as two pages. Organizational charts, matrices and photographs are excluded with the exception of photographs with text which will be considered as a page). All information must be included on the SF 255 (cover letters and other attachments and pages in excess of the 30 page limit will not be included in the evaluation process) . Matrices for recent experience of the firm and professional qualifications of the project team should be provided. Both matrices shall show selection criteria (1) (a) through (j) on the ordinate and projects listed in Block 8 of the SF 255 along the coordinate. Recent experience of the firm shall be indicated by check marks in the relevant boxes. Professional team experience shall be indicated by a letter code for each relevant professional to be assigned to the project team. Firms 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. 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. Telegraphic and facsimile SF 254/255's will not be accepted. (0109)

Loren Data Corp. http://www.ld.com (SYN# 0039 19960419\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page