|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5,1996 PSA#1735Commanding Officer, Engineering Field Activity West, 900 Commodore Dr.
San Bruno, CA 94066-5006 C -- ENVIRONMENTAL ENGINEERING SERVICES FOR PROJECTS IN CALIFORNIA,
UTAH AND NEVADA AREAS SOL N62474-96-D-6115 DUE 120396 POC Point of
Contacts and Contracting Officers are Sunny Drennan and Catherine B.
Morris at FAX (415 244-2440. 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
$1,000,000.00. The contract has a minimum guarantee of $30,000 per year
and shall not exceed $3,000,000 for the total (3) years. Specific
requirements include: remedial investigation and corrective action
plans for aboveground/underground storage tanks sites, schedule
preparations, plans and specifications suitable for bidding, including
necessary supporting documentation such as cost estimates, work plans,
other reports, and providing construction contract support services;
preparing closure plans for hazardous waste permitted storage
facilities, studies of water supply/distribution, stormwater and
wastewater collection and treatment systems, industrial wastewater
treatment, backflow prevention, air and toxic emissions inventories,
oily and hazardous substance spills and aboveground/underground storage
tank retrofits; preparing environmental management plans, including
stormwater best management practices, Spill Contingency Plan, Spill
Prevention Control and Countermeasures Plan, Hazardous Waste Management
Plan, Solid Waste Management Plan and; conducting Health Risk
Assessments, Air Toxics Risk Assessments and Preliminary Endangerment
Assessments; preparing environmental permits, conducting environmental
site or facility compliance evaluations (including sampling, testing
and laboratory analysis), performing storage tank and pipeline
tightness tests, and conducting polychlorinated laboratory analysis),
performing storage tank and pipeline tightness tests, and conducting
polychlorinated biphenyls site/equipment surveys and sampling;
preparing environmental baseline studies and providing general
environmental engineering consulting services in all media. The
Architect-Engineering (A-E) must demonstrate the firm's and each key
consultant's qualifications with respect to the published evaluation
factors for A-E and/or enviornmental engineering, planning, design,
testing, support and all option services. A-E selection will be based
on the following criteria which are numbered in order of importance:
(1) Recent (i.e., within the last three years) specialized government
and private EXPERIENCE AND PAST PERFORMANCE (with emphasis on similar
efforts cited in the criteria for experience and qualifications) of the
firm and proposed consultants in environmental engineering projects
similar in scope to the above-described services. This includes
demonstrated knowledge of Federal, State and local codes and
regulations and knowledge of preparing plans and specifications
suitable for bidding. Demonstrate long term business relationships,
repeat business on related efforts and construction support. The firm's
quality control program, including quality control performance on prior
Department of Defense DOD contracts; (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 the above
criteria for experience, should be addressed; (3) CAPACITY (ability of
the firm to accomplish the contemplated work within a reasonable time
frame); as demonstrated by the impact of this workload on the firm's
permanent staff, projected workload during the anticipated service
period, the firm's history of successfully completing projects in
compliance with performance schedules and of providing timely
construction support. Provide examples of the firm's ability to work on
multiple projects concurrently. Provide specific experience and related
time frames for accomplishement of similar efforts. If consultants are
involved, address history of working relationship; (4) Ability and
commitment of the firm to provide substantial: (A) SMALL BUSINESS (SB),
SMALL DISADVANTAGED BUSINESS (SDB), WOMEN-OWNED SMALL BUSINESS (WOSB),
HISTORICALLY BLACK COLLEGES (HBC), AND MINORITY INSTITUTIONS (MI)
SUBCONTRACTING and (B) LOCAL SB, SDB, WOSB, HBC, AND MI SUBCONTRACTING
for work to be accomplished at Naval bases slated for closure under
the Base Realignment and Closure (BRAC) Legislation. To be considered
local, a firm must have an existing active office located in the same
county or a county adjacent to the closing military installation. (5)
VOLUME OF WORK PREVIOUSLY AWARDED BY DOD to the firm during the period
1 October 1995 through 30 September 1996, with the objective of
effecting equitable distribution of contracts among qualified firms,
including minority-owned firms and firms that have not had prior
contracts. This is a solicitation and the only general notification to
the firms for environmental projects to be performed under this
contract. All the information is included in this general notification.
Bidders lists are not available. The estimated time for start of this
contract is the third quarter of 1997. The estimated completion date
for this contract is three years after the initial award date. In order
to expedite a firm's consideration regarding the above criteria by the
Government, the following application data shall be substituted in
Blocks 7, 8, 9 and 10 in the SF 255 (specifically address all criteria
elements listed in block 10): 1. To demonstrate how the firm meets the
EXPERIENCE and PERFORMANCE criteria: Provide a description of germane,
recent (within the last three years) projects relevant to the work
described herein with clients for which the firm provided a significant
technical contribution. In matrix form identify which firm members
worked on the projects. Projects shall be in the left column and firm
members names shown across the top row of the matrix. Provide a tabular
listing of all excellent performance ratings and commendation letters
from private and DOD clients (Designate your role: prime,
subcontractor, or joint venture partner). These ratings should be dated
1994 or later and should include a list of projects managed by the firm
since January 1994 and include the following data: client's contract,
contract award date, contract completion date, contract award amount
and contract type (fixed price, cost reimbursement, etc.). 2. To
demonstrate how the firm meets the QUALIFICATION criteria: submit a
matrix for the firm members, 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 subcontrctors, 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 the 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 the firm's plan for meeting the SB, SDB, WOSB, HBC, or MI
criteria, provide the following data: identification of any team
subcontractors which are SBs, SDBs, WOSBs, HBCs, or MIs and a
description of the work to be accomplished under the contract by these
firms; identification of total dollar value of work planned to be
subcontracted under the contract; identification of the percentage goal
of planned subcontract work that will be subcontracted to SBs, SDBs,
WOSBs, HBCs, or MIs under the contract by these firms; identification
of the types of work planned to be subcontracted to SBs, SDBs, WOSBs,
HBCs, or MIs; and a brief description of your SB, SDB, WOSB, HBC, and
MI subcontracting outreach plan. If your firm is selected for award of
this contract, this same data must be included in your SB and SDB
Subcontracting Plan submitted in accordance with FAR 19.7 and DFARS
219.7, which will become an enforceable part of this contract. To
demonstrate VOLUME OF WORK, indicate all DOD awards in the past five
years. At the selection interview, A-E firms slated for the interviews
must submit their Quality Assurance Plan, including the relationship
of management and their components, specific quality control process,
portfolio of work, a listing of present business commitments and their
required completion schedules and performance references other than
Engineering Field Activity West, Naval Facilities Engineering Command
(include 3 or more with the names and current telephone numbers of the
contractor 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 SF255 must be
received in the office (Bldg. 201, 2nd floor, ATTN: Sunny Drennan) no
later than 3:00 p.m. Pacific Time, on 5 February 1997 at San Bruno, CA.
Indicate contract number in the SF 255, Block 2B. Submit a SF 254 only
if you have not done so in the past year. SF 254 and 255 received
after the designated date and time will be subject to the provisions of
FAR 15.412. Include telefax numbers in the SF 255, 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 the SF 255, Block 3. Label lower right
corner of outside mailing envelope with "A-E Services,
N62474-96-D-6115". Site visits will not be arranged during
advertisement period. This is not a Request for Proposal. (0338) Loren Data Corp. http://www.ld.com (SYN# 0013 19961205\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|