|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634Navy Public Works Center, Washington Navy Yard, Code 222, Bldg 175,
Washington DC C -- EVALUATION OF SAFETY & NOISE IMPACTS AT PINCASTLE RANGE, FL. SOL
N68925-96-C-A560 POC Christine Henderson, Contract Specialist,
202-685-8226. This is an engineering services contract for a study to
determine the safety and noise impacts associated with air-to-ground
ordinance delivery at the Pinecastle Range, FL. The successful firm
shall provide the results of this analysis which will support an
Environmental Impact Statement (EIS) required for a U.S. Forest Service
Range Management Plan. The estimated start date is 8/30/96, and the
estimated completion date is 02/28/97. The contract amount will not
exceed $100,000.00. The proposed contract is for a term of six months.
This will be a firm fixed price (A/E) contract with specific required
evaluation criteria, in relative order of importance, including
specialized experience and qualifications in the following: (A)
Capacity to collect and analyze weapons impact data required for
footprint development consistent with the HAZARD methodology. (B) The
firm must have recent experience performing work at military air
installations, and have extensive knowledge of types of air operations,
air traffic control procedures, and aircraft performance
characteristics. (C) The firm must have the professional capacity to
perform multiple studies and sustain the loss of any key personnel
while accomplishing the delivery orders within the assigned time frame.
(D) Professional Qualifications of the staff to be assigned to this
project. Experience, if any of the firm with respect to performance on
DOD contracts. Present firm's workload in respect to project team
availability (including subcontracting). Each contractor shall also be
evaluated in terms of (1) Professional qualifications necessary for
satisfactory performance of required services; (2) Specialized
experience and technical competence in the type of work required; (3)
Capacity to accomplish the work in the required time; (4) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedules; (5) Location in the general geographical area of
the project and knowledge of the locality of the project; and (6)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
The A/Es which meet the requirements described in the announcement are
invited to submit a completed SF 254 & 255, US Government (A/E)
qualifications to the office shown above. Interested firms responding
in writing by 8 Aug 1996 be considered for selection. Firms having
current SF 254 on file with this office need not file again, but must
submit a completed SF255 by this closing date. No other general
notification to firms under consideration for this project will be made
and no further action is required. THIS IS NOT A RFP. SEE Note 24.
(0191) Loren Data Corp. http://www.ld.com (SYN# 0032 19960710\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|