Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1997 PSA#1839

HSC/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