Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5,1996 PSA#1735

Commanding 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