|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1997 PSA#1784Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR INDEFINITE QUANTITY CONTRACT FOR
PREPARATION OF ENVIRONMENTAL IMPACT DOCUMENTS AND RELATED TECHNICAL
SERVICES FOR PROJECTS AND ACTIVITIES AT VARIOUS LOCATIONS, PACIFIC AREA
SOL N62742-97-R-0006 DUE 031797 POC Contact Ms. Carol Tanaka, Contract
Specialist, (808) 474-6322 Services include, but are not limited to
Architect-Engineer services and related technical services for the
preparation of various environmental impact documents required by the
Navy for compliance with environmental protection statutes. Such
documents include Categorical Exclusions, Environmental Assessments
(EA's) and Environmental Impact Statements (EIS's) for conformance with
the National Environmental Policy Act (NEPA), documents required for
consistency under the Coastal Zone Management Act (CZMA) and documents
for consultation under Section 7 of the Endangered Species Act, Native
American Graves Protection and Repatriation Act Regulations (PL
101-601) and Section 106 of the national Historic Preservation Act.
Technical services may include preliminary site assessment studies
(including topographic, geotechnical, hazardous materials, and
infrastructural aspects of proposed actions), civil engineering
services, feasibility assessments, graphics, coordination with
government agencies and supportingstudies on the physical, biological,
electromagnetic, radio frequency interference, economic, social and
other components of the environment which may be affected by a proposed
Navy or Marine Corps action. The contract scope may require evaluation
and definition of asbestos materials, toxic waste disposition and/or
pollution control work. If asbestos or hazardous materials exist, the
Architect-Engineer (A-E) may be required to identify, evaluate and
recommend alternate methods for disposal in accordance with applicable
rules and regulations. The selected A-E may be required to participate
in a pre-fee meeting within seven days of notification and provide a
fee proposal within ten days of the meeting. The contract will be of
the Indefinite Quantity type where the work will be required on an
"as-needed" basis during the life of the contract providing the
Government and contractor agree on the amount. Each project contract
will be a firm fixed price A-E Contract. The Government will determine
the delivery orderamount by using rates negotiated and negotiate the
effort required to perform the particular project. The contract shall
not exceed twelve months or $2,000,000 total fee, whichever comes
first. A-E fee per project shall not exceed $900,000. The Government
guarantees a minimum amount of $25,000. Should an impasse on price
occur over the initial and subsequent projects, the Government will
apply the dollar value of the Government estimate for that project or
projects towards the minimum guarantee. The Government reserves the
option to extend the contract for an additional year. There will be no
future synopsis in the event the options included in the contract are
exercised. Estimated date of contract award is April 1997. Proposals
may be subject to an advisory audit performed by the Defense Contract
Audit Agency. The following selection evaluation criteria, in relative
order of importance, will be used in the evaluation of A-E firms: (1)
Professional qualifications of firm and staff proposed for preparing
environmental Impact Documents for conformance with the National
Environmental Policy Act (NEPA) for DoD. (2) Specialized recent
experience and technical competence of firm or particular staff members
in preparation of environmental impact documents involving technical
engineering studies and engineering considerations including
preliminary site assessment studies and supporting studies on the
components of the environment which may be affected by a proposed Navy
or Marine Corps action. (3) Past performance on contracts with
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules. (4)
Capacity to accomplish the work in the required time. (5)
Architect-Engineer firm's quality control practices/techniques. (6)
Location in the general geographical area of the project and knowledge
of the locality of the project; provided, that application of this
criterion leaves an appropriate number of qualified firms, given the
nature and size of the project. (7) 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 A-E contracts among qualified A-E firms and firms
that have not had Department of Defense contracts. (8) Use of Small or
Small Disadvantaged or Women-owned Small Business firms shall also be
considered. A Subcontracting Plan will be required from large business
firms with proposed fee of over $500,000. Each firm's past performance
and performance rating(s) will be reviewed during the evaluation
process and can affect the selection outcome. 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 and Related
Services Questionnaire for Specific Project, to the office shown above.
A-E firms utilized by the prime A-E must also submit completed Standard
Forms 254 and 255. Only one copy of each form is required. IN BLOCK 10
AND AN ADDENDUM THERETO, IF NECESSARY, STATE WHY YOUR FIRM IS
SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE SELECTION EVALUATION
CRITERIA. FOR SELECTION EVALUATION CRITERION "(2)", PROVIDE THE
FOLLOWING INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING
THESE COLUMN HEADINGS: "NAME", "RELATED PROJECTS WORKED ON", "YEAR",
"FIRM", AND "TECHNICAL ROLE". Show the office location where work will
be done and describe the experience and location of those that will do
the work. Firms responding to this announcement within 30 days from
publication date will be considered. Firms must submit forms to the
Contracts Department by 2:00 p.m. HST, on the closing date. Should the
due date fall on a weekend or holiday, Standard Form 254 and 255 will
be due the first workday thereafter. This is not a request for a
proposal. (0044) Loren Data Corp. http://www.ld.com (SYN# 0041 19970218\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|