|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 16,1996 PSA#1742OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005 Michael Rd., Camp
Lejeune, NC 28547-2521 C -- INDEFINITE QUANTITY CONTRACTS FOR ENVIRONMENTAL ENGINEERING AND
DESIGN SERVICES FOR VARIOUS PROJECTS AT MARINE CORPS BASE, CAMP
LEJEUNE, NORTH CAROLINA SOL N62470-97-D-5321/22 DUE 012297 POC Jerry T.
Williams, (910) 451-5606, FAX (910) 451-5629 Solicitation includes,
various environmental and engineering projects involving solid waste,
hazardous waste, UST's, AST's, erosion control, water pollution, air
pollution, site assessments, thorough knowledge of the RCRA, CAA, CWA,
SWDA, and similar statutes and related permits; the preparation of
various permit applications shall require the necessary supporting
documentation required by the State of North Carolina; collection and
laboratory analysis of soil, water, and various compounds,; along with
other miscellaneous design, preparation of construction documents
including plans, specifications, cost estimates, record drawings, and
review of shop drawings as they relate to the above environmental
projects. The firm must demonstrate qualifications (with respect to the
evaluation factors stated herein) to perform design of the projects
listed above. The contract scope may require evaluation and definition
of asbestos materials and toxic waste disposition and/or pollution
control work. Firms must be prepared to accept the aforementioned as a
part of their contract. Two contract awards will be made from this
synopsis; N62470-97-D-5321, and N62470-97-D-5322. The contract will be
of the Firm Fixed Price -- Indefinite Quantity type. The duration of
the contract will be for one (1) year from the date of the initial
contract award. The proposed contract includes one (1) one year
Government option for the same basic professional skills. The total A&E
fee that may be paid under this contract will not exceed $500,000. The
A-E must demonstrate his and each key consultant's qualifications with
respect to the published evaluation factors for design and all option
services. Evaluation factors (1) through (6) are of equal importance;
factors (7) and (8) are of lesser importance than factors (1) through
(6). Specific evaluation factors include: (1) Professional
qualifications of firm and staff proposed with respect to solid waste,
hazardous waste, UST's, AST's, erosion control, water pollution, air
pollution, site assessments, thorough knowledge of the RCRA, CAA, CWA,
SWDA, and similar statutes and related permits; the preparation of
various permit applications shall require the necessary supporting
documentation required by the State of North Carolina. The firm must
demonstrate qualifications to perform the environmental engineering for
permits and related services. Firms will be evaluated in terms of the
design staff's following qualifications: (a) active professional
registration in the state in which the design services will be
performed; and (b) experience (with present and other firms) and roles
of staff members, specifically on the projects listed in section 8 of
the SF255. Each project should clearly indicate the personnel involved
and those personnel should be listed by each project. (2) Specialized
recent experience demonstrating the technical competence of particular
staff members to design the projects addressed in evaluation factor
number one. Each project listed should indicate key staff members
involved. Firms will also be evaluated upon: (a) specific knowledge of
the construction materials and practices of Eastern North Carolina;
and the Federal and State of North Carolina laws, regulations, codes,
and permits applicable to projects of this nature; (b) project
experience as listed in section 8 of the SF255 (provide design
schedule, estimate vs. bid amount, and design team for each). (3)
Capacity of the proposed design team to accomplish the following
schedules: Submission of proposal 15 days following RFP. Final design
submittal within 120 days of contract award. Project design schedules
should be given for the same projects listed above for evaluation
factors 1 and 2. (4) Past performance on the same projects listed above
with Government agencies and private industry in terms of the
following: (a) cost control techniques employed by the firm as
demonstrated by the ability to establish an accurate project
construction budget and design to this budget as evidenced by the low
bid amount; (b) quality of workas demonstrated by the history of design
related change orders issued during construction; (c) demonstrated long
term business relationships and repeat business with Government and
private customers; and (d) demonstrated compliance with performance
schedules. Project information for this evaluation factor should be for
the same projects listed above for evaluation factors 1 and 2. (5)
Specific internal quality control procedures proposed for projects of
this nature. Firm will be evaluated on the acceptability of their
internal quality control program used to ensure technical accuracy and
discipline coordination of plans, specifications and reports. (6)
Knowledge in prescribing the use of recovered materials, achieving
waste reduction and energy efficiency in facility design. (7) Location
in the general geographical area of the project. (8) The volume of
work previously awarded to the firm by the Department of Defense shall
also be considered, with the object of effecting an equitable
distribution of Department of Defense architect-engineer firms,
including small and small disadvantaged business firms, and firms that
have not had Department of Defense contracts. Architect-Engineer (A-E)
firms which meet the requirements described in this announcement are
invited to submit complete, updated Standard Forms 254,
Architect-Engineer and Related Services Questionnaire, and 255,
Architect-Engineer Related Services for Specific Project, to the office
shown above. Those firms that submit Standard Forms 254 and 255 will
only have to submit one copy to be considered for both contracts. A-E
firms utilized by the prime must also submit completed Standard Form
254. All SF 254's should be bound together. Submit one consolidated
Standard Form 255 for the project design team that includes
sub-consultants. Do not submit one SF 255 for each sub-consultant. We
need only one copy of all forms. In block 10 of the SF255, discuss why
the design team (firm and sub-consultants) is especially qualified
based upon synopsized evaluation factors and provide evidence that your
firm is permitted by law to practice the professions of architecture or
engineering (i.e. state registration number). Clearly show the office
location where work will be done and the experience of those that will
do the work and their locations. The closing date for this
announcement is 22 January 1997. Firms must submit forms to this office
by 4:00 p.m. on the closing date. Late responses will be handled in
accordance with FAR 52.215-10. See Note 24. This is not a request for
proposal, and there is no solicitation document or package or plans and
specifications to be issued as a result of this announcement or a
planholders'/bidders' list. (0347) Loren Data Corp. http://www.ld.com (SYN# 0016 19961216\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|