Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1997 PSA#1863

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

C -- IQ CONTRACT/A-E SERVICES FOR POLLUTION ABATEMENT AT VARIOUS LOCATIONS IN CA, NM, AZ, NV SOL N68711-97-D-8807 DUE 070797 POC Samantha Darella, Contract Specialist, (619)532-3758 E-MAIL: ssdarella@efdswest.navfac.navy.mil, ssdarella@efdswest.navfac.navy.mil. Firm Fixed Price. Indefinite Delivery contract for Architect-Engineering Services for furnishing of pollution abatement services for Southwest Division, Naval Facilities Engineering Command, at various locations in California, New Mexico, Arizona, and Nevada. The term of the contract will be 365 calendar days from the date of contract award, or until the $1,250,000 limit is reached. The government has the option to extend this contract for and additional 365 calendar days, or until an additional $1,250,000 is reached. The A-E fee for any single delivery order may not exceed $500,000. The estimated start date is October 1997. The estimated completion date is October 1998. If the government exercises the option to extend the contract, the total amount of the contract shall not exceed $2,500,000. The guaranteed minimum is $25,000 for the base year and $25,000 for the option year. A-E selection criteria will include (in order of importance): (1) Recent specialized experience of the firm(including consultants) in pollution abatement through removal, insite treatment and recycling, previous experience in comprehensive design services including preparation of final plans and specifications, cost estimates and sketches, engineering investigations and studies and construction contract support services for pollution abatement projects, Recent experience in the removal of underground storage tanks and installation of monitoring wells, recent experience in the design of hazardous waste treatment and storage facilities such as above and below ground tanks, spill containment equipment and structures, flood control, soil erosion and related protective devices, air pollution omissions control equipment, liquid waste treatment equipment and spill containment facilities, recent experience in the removal and disposal of contaminated electrical equipment. Do not list more than a total of ten (10) projects in block 8. Indicate which consultants from the proposed team, if any, participated in the preparation for each of the projects listed. (2) Professional qualifications of the staff and consultants to be associated with pollution abatement through removal, insite treatment and recycling, previous experience in comprehensive design services including preparation of final plans and specifications, cost estimates and sketches, engineering investigations and studies and construction contract support services for pollution abatement projects, Recent experience in the removal of Underground storage tanks and installation of monitoring wells, recent experience in the design of hazardous waste treatment and storage facilities such as above and below ground tanks, spill containment equipment and structures, flood control, soil erosion and related protective devices, air pollution omissions control equipment, liquid waste treatment equipment and spill containment facilities, recent experience in the removal and disposal PCB contaminated electrical equipment. List only the team members who will actually perform major tasks under this contract. (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; indicated by briefly describing internal quality assurance and cost control procedures and indicate effectiveness by listing budget/estimated construction costs, award amount, final design estimate and construction change order rate for up to five recent projects; and list recent awards, commendations and other performance evaluations (do not submit copies). (4) Location in the general geographic area of the project and knowledge of the locality in relation to Naval and Marine Corp. locations, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of the projects. (5) Capacity to accomplish the work in the required time; indicate the firms present workload and the availability of the project team(including consultants) for the specified contract performance period; and indicate specialized equipment available and prior security clearances. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency for renovation and facility design. (7) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged Business of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. One copy of the submittal package is to be received in this office no later than 3:00 PM Pacific Time on the date indicate above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8 in block 10, and not listing the criteria elements as stated in the synopsis in block 10, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. The contracting Officer is Connie Ward. (0157)

Loren Data Corp. http://www.ld.com (SYN# 0031 19970610\C-0019.SOL)


C - Architect and Engineering Services - Construction Index Page