Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718

Engineering Field Activity West, Code 0221BW, Bldg. 201, 900 Commodore Dr., San Bruno, CA 94066-5006

C -- C -ENVIRONMENTAL ENGINEERING SERVICES FOR COMPLIANCE WITH CLEAN WATER PROGRAM AND RELATED WORK ISSUES FOR VARIOUS PROJECTS IN CALIFORNIA, UTAH AND NEVADA AREAS SOL N62474-96-D-6142 DUE 121296 POC Barbara Wilson at FAX (415) 244-2440 and Contracting Officer is Catherine Morris. This is a firm fixed price, indefinite quantity type contract. The contract term is for one base year with two one-year options. The estimated contract amount for each year is $1,600,000. The contract has a minimum guarantee of $30,000 and shall not exceed $4,800,000 for the total three (3) year period. EFA WEST intends to solicit Architectural-Engineering and/or Environmental Engineering, planning, design, testing and support services required for compliance with Federal, State, and local Clean Water regulations and associated environmental issues to include: (a) Stormwater Pollution Prevention Program issues including Stormwater Pollution Prevention Plan preparation, revision, and implementation; Stormwater Program Monitoring and Sampling Plan preparation and implementation for both tidally and non-tidally influenced storm drains; Best Management inspections; and Stormwater Annual Report Preparation. It is currently anticipated that efforts related to the Stormwater Program will comprise about 50% of the total contract dollar amount awarded each year. (b) Conduct studies and prepare recommendations on industrial wastewater treatment, wastewater treatment, and potable water collection, distribution and treatment systems. (c) Prepare and/or revise Environmental Management Plans, Spill Contingency Plans, Spill Prevention, Control, and Countermeasures Plans, Oil Pollution Act of 1990 Plans, Backflow Prevention Plans, Lead and Copper Plans, and other water related environmental plans. (d) Prepare Environmental Permit Applications. (e) Provide compliance assistance to EFA West Caretaker Site Offices. (f) Provide General Environmental Engineering consulting services and studies for EFA West in California, Utah and Nevada. The work includes preparation of work plans, study reports, plans and specifications, and cost estimates related to environmental services. The work may require field visits, field investigations, soil and water sampling, sub-surface sampling, and laboratory analysis of collected samples. It is not anticipated that any construction or removal projects will be part of this contract. The Government reserves the option to negotiate additional services including Operation and Maintenance Support Information, and construction surveillance. The A-E must demonstrate the firm's and each key consultant's qualifications with respect to the published Evaluation factors for Architect-Engineering and/or environmental engineering, planning, design, testing, support and all option services. Selection will be based on the following criteria which are numbered in the order of importance: (1) Recent specialized experience of the firm and proposed consultants in environmental engineering projects similar in scope to the required services described above (i.e. items (a) through (f) above). Include both Government and Private experience. This includes demonstrated knowledge of Federal, State and local codes and regulations concerning water quality issues (including stormwater) and water/wastewater treatment technologies. Briefly discuss problems overcome during project progression as appropriate to demonstrate the firm's innovative abilities and expertise. (2) Professional qualifications of the staff (in-house and/or consultant(s)) with respect to the overall makeup of the project team. The experience and roles of key team personnel, specifically on related projects addressed in criteria element one above, should be addressed. (3) Ability of the firm to accomplish the contemplated work within a reasonable time frame; as demonstrated by the impact of this workload on the firms' permanent staff, projected workload during the anticipated service period, the firms' history of successfully completing projects in compliance with performance schedules and of providing timely construction support. Experience should include similar projects successfully completed within the last three years. Provide examples of firm's ability to work on multiple projects concurrently. Address firm's ability to sample stormwater runoff at multiple locations concurrently. If consultants are involved, address history of working relationship. (4) Past performance (with emphasis on similar efforts cited in criteria elements one and two) with government agencies and/or private industry. Demonstrate long term government or private business relationships, repeat business on related efforts and construction support. Demonstrate the firm's quality control program, including performance of quality control on prior Department of Defense contracts. (5) Demonstrated ability and commitment of the firm to provide substantial small business subcontracting. (6) Volume of work previously awarded by the Department of Defense (DOD) to the firm this fiscal year, with the objective of effecting equitable distribution of contracts among qualified Architect-Engineer firms, including small business firms and firms that have not had prior DOD contracts. (7) Location of the firm within the general geographic area of the contract, and knowledge of the locality. Locality is considered California, Utah and Nevada. The estimated date for start of this contract is April 1997. The estimated completion date for this contract is April 2000. In order to expedite your firms consideration regarding the above criteria by the Board, the following application date shall be substituted in Blocks 7, 8, 9 and 10 in the SF 255: 1. To demonstrate how the firm meets the EXPERIENCE criteria: Provide a description of germane, recent projects with clients for which the firm provided a significant technical contribution. Work on these projects must have been done in the last three years. Indicate how each project is relevant to the work described herein. In matrix form, identify which firm members worked on the project described above. Projects shall be in the left column and firm members names shown across the top row of the matrix. 2. To demonstrate how the firm meets the QUALIFICATION criteria: Submit a matrix for the team member including name, proposed assignment, highest education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, number of years with the firm. Also, the project manager(s) should identify the number of teams (engineering survey, subcontractors, and joint venture partners) they have managed over the past three years. 3. To demonstrate how the firm meets the CAPACITY criteria: Submit an organizational chart with following information: Principal point of contact, project manager, team leaders, the name of each team member, all team members assignments, and the name of at least one alternate for each key person. Summarize your plan for simultaneously accomplishing multiple projects within one calendar year. Provide a chart (in number of hours comparing teams' available capacity with their actual commitments for the next 12 months. 4. To demonstrate how the firm meets the PERFORMANCE criteria: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (Designate your role: prime, subcontractor or joint venture partner). These ratings should be dated 1991 or later and should include the following data: client's contract, contract award date, contract completion date, contract award amount and contract type (fixed price, cost reimbursement, etc.). 5. To demonstrate how the firm meets the SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, WOMEN OWNED SMALL BUSINESS, HISTORICALLY BLACK COLLEGES AND MINORITY INSTITUTIONS in Block 10 of the SF 255 criteria: Provide the names of all Small Business, Small Disadvantaged Business, Women Owned Small Business, Historically Black Colleges and Minority Institutions firms to be utillized in performing the contract. For each firm provided, indicate the address of the firm, the type of work to be performed by the firm and the estimated dollar percentage the contract that this work represents. Provide several examples of recent other governmental contracts and precentages of Small Business, Small Disadvantaged Business, Women Owned Small Business, Historically Black Colleges and Minority Institutions work subcontracted as part of those contracts. 6. To demonstrate VOLUME OF WORK indicate all DOD awards in the past three years. Provide performance references other than Engineering Field Activity West, Naval Facilities Engineering Command (include 3 or more with the names and telephone numbers of the contract administrators). The SF 255 with attachments shall be limited to a total of 25 pages, not smaller than 12 pitch font. Every page that is not a SF 254 will be included in the page count except for title, table of contents and tab pages. One copy of the SF 255 must be received in this office (Bldg. 201, 2nd floor, ATTN: Barbara Wilson) no later than 3:00 p.m., Pacific Time on 12 December 1996 at San Bruno, CA. Indicate contract number in block 2B of the SF 255. Submit a SF 254 only if you have not done so in the past year. SF's 254 and 255 received after the designated date and time will be subject to the provisions of FAR 15.412. Include telefax numbers in Block 3a and Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) codes, if known and Tax Payer Identification Number (TIN) in Block 3. Label lower right corner of outside mailing envelope with ''A-E Services, N62474-96-D-6142. Site visits will not be arranged during advertisement period. This is not a Request for Proposal (RFP). Questions regarding this announcement are to be directed to either Barbara Wilson at FAX (415) 244-2440 or the Contracting Officer. (0311)

Loren Data Corp. http://www.ld.com (SYN# 0014 19961107\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page