|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1997 PSA#1839HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363 C -- TITLE I (PRELIMINARY ASSESSMENT, SITE INSPECTION, REMEDIAL
INVESTIGATION, FEASIBILITY STUDY, RCRA FACILITY ASSESSMENT, FACILITY
INVESTIGATION, INTERIM REMEDIAL ACTION, REMEDIAL DESIGN); EXPANDED
TITLE II SERVICES (INSPECTION AND/OR OVERSIGHT OF
RESTORATION/REMEDIATION CONSTRUCTION RELATED PRO SOL F41624-97-R-8007
DUE 060497 POC Contact Ms. Lynn Johnson, Contract Specialist,
210/536-4484/Ms. Helen Wiser, Contracting Officer, 210/536-4419 WEB:
Click here to view the OCI clause and SOW.,
http://www.brooks.af.mil/HSC/PKA/programs/3pplus. E-MAIL: Click here to
contact the contract specialist., ljohnson@afceeb1.brooks.af.mil. SIC
8711 applies to this acquisition. The Air Force Center For
Environmental Excellence (AFCEE), Brooks AFB, TX desires to contract
with Architect-Engineer (A&E) firms to perform environmental
preliminary assessment, site inspection, remedial investigation,
feasibility study, remedial design, expanded Title II inspection
services and other professional services worldwide, but primarily on
locations at Air Force installations in the 50 United States. Services
of an incidental nature will also be required at locations where AFCEE
is the Service Center for United States Government organizations other
than the Air Force. These resulting contracts are the follow-on to
existing AFCEE Preliminary Assessment/Remedial Design (PA/RD)
contracts. A&E selection procedures will be used to competitively award
four (4) to eight (8) indefinite delivery/indefinite quantity (ID/IQ)
contracts. One (1) of these contracts will be awarded as a competitive
8(a) set-aside. The estimated program ceiling for all contracts
awarded under this announcement is from $260 million to $360 million.
No single contract will exceed $200 million. The Best Estimated
Quantity (BEQ) use of each full and open contract award is $40 million.
The 8(a) set-aside will range from $5 million to $10 million with an
estimated BEQ of $5 million. Each contract will have a one-year basic
period and four one-year options. There is a minimum fee guarantee of
$15,000. All contracts awarded under this announcement are subject to
an Organizational Conflict Of Interest (OCI) Clause. Please see the
SARAH Web site (http://www.brooks.af.mil/HSC/PKA/programs/3pplus) for
a full-text version of this clause as well as a complete copy of the
Statement of Work (SOW). Firms are advised to review this OCI clause in
conjunction with the SOW and include subsequent acknowledgment and
statement of understanding of the OCI in their submittal. Delivery
orders issued under the basic contract will be used to direct
performance of required effort. The basic contract will be structured
to allow for the issuance of both time-and-materials and fixed-price
delivery orders. Selection of the A&E firms for these contracts will be
based on the following evaluation factors which are listed in priority
order of importance: (1) Specialized Experience -- specialized work
experience of the firm in environmental preliminary assessment, site
inspection, remedial investigation, feasibility study, remedial design,
expanded Title II inspection service and other professional services
related to environmental requirements; (2) Past Performance --
verifiable experience of the firm with respect to their execution of
contracts, both government and private, with emphasis in environmental
activities. Emphasis will also be placed on performance of projects
simultaneously at multiple geographical areas throughout the 50 United
States and its territories as well as world-wide locations; (3)
Professional Capacity -- existing capacity of the firm's professional
staff to accomplish the work shall beevaluated to determine if the firm
has the resources to provide quality products within the time frames
required; (4) Professional Qualifications -- experience, training,
certification and education of firm's key personnel that will be
assigned to these projects; the type and quality of environmental
projects the staff has been involved with in the past; and, the ability
of the staff to be effectively innovative; (5) Volume of Work -- volume
of work previously awarded to the firm by DOD; and, (6) Location -- all
A&E firms responding will meet the evaluation criteria for this factor
since this effort requires worldwide support. Accordingly, no one firm
will have a geographic advantage under this factor. Firms who are
slated may be required to provide an oral presentation to the
evaluation board. Information to be provided will be determined at the
time the decision is made to hold oral presentations. The government
reserves the right to hold oral presentations if determined to be in
its best interests. Prospective firms shall submit two copies of
completed U.S. Government Standard Forms 254 and 255 to AFCEE/ERB,
Attn: Mr. Ralph Rosales, 3207 North Road, Brooks AFB, TX. 78235-5363 no
later than 4:30 p.m. CST on 04 Jun 97. Firms are directed to keep the
total page count of submission to no more than 125 pages (8 x 11,
minimum font size 10, double sided and secured with plastic comb
binding element); any additional pages and/or other documents submitted
will be destroyed without consideration. Interested firms should state
in the SF 254 (block 4) if they are a small business, small
disadvantaged business, or 8(a) firm as defined in FAR Part 19. This is
not a request for proposal. All technical and contractual matters
should be addressed to HSC/PKVC, Ms. Lynn Johnson, 3207 North Road,
Brooks AFB, TX 78235-5363, (210) 536-4484. Ms Johnson's e-mail address
is: ljohnson@afceeb1.brooks.af.mil and communication by electronic
media is preferred. An Ombudsman has been appointed to hear concerns
from offerors orpotential offerors during the submittal development
phase of this acquisition. The purpose of the Ombudsman is not to
diminish the authority of the program director or contracting officer
but to communicate contractor concerns, issues, disagreements, and
recommendations to the appropriate government personnel. When
requested, the Ombudsman will maintain strict confidentiality as to the
source of the concern. The Ombudsman does not participate in the
evaluation of A&E submittals or elsewhere in the acquisition process.
Interested parties are invited to call the appointed Ombudsman, Mr.
Emil Baladi at (210) 536-2903. See Notes 2 and 24.***** (0122) Loren Data Corp. http://www.ld.com (SYN# 0017 19970506\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|