|
COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1997 PSA#1892Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg. 258, Pearl Harbor, HI 96860-7300 (Code
0231) C -- INDEFINITE QUANTITY CONTRACT FOR ENGINEERING SERVICES FOR
PREPARATION OF ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS, AND
RELATED STUDIES FOR AIR POLLUTION CONTROL, POLLUTION PREVENTION, SOLID
WASTE, AND HAZARDOUS WASTE AT VARIOUS NAVY AND MARINE CORPS
ACTIVITIES, PACIFIC AND INDIAN OCE SOL N62742-97-R-0015 POC Mr. Fred
Roudebush, Contract Specialist, (808) 471-5038 Correction: The
description of this action originally published in the CBD dated
Monday, June 30, 1997 and Tuesday, July 8, 1997. The address for the
office of receipt of the SF 254s/255s is changed to: "Contracts Dept,
Code 0231, Environmental Office Complex, PACNAVFACENGCOM Parking Lot
Trailer, Pearl Harbor, HI, 96860-7300." The Contract Specialist for
point of contact has changed to "Mr. Fred Roudebush, ph (808)
471-5038." The closing date for receipt of SF 254s/255s, remains
unchanged for August 7, 1997 by 2:00 p.m. The corrected synopsis is
reprinted in its entirety below. Services include, but are not limited
to preparation of environmental investigations, studies, reports,
management plans, engineering designs, and permit applications related
to air pollution control, pollution prevention, solid waste, and
hazardous waste. The firm should have bilingual (Japan & Korea)
capability for Far East projects. 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 ten 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 will be a
firm fixed price A-E Task Order. The Government will determine the task
order amount by using rates negotiated and negotiate the effort
required to perform the particular project. The contract shall not
exceed twelve months or $1,000,000 total fee, whichever comes first.
A-E fee per project shall not exceed $400,000. 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 forthat project or
projects towards the minimum guarantee. The Government reserves the
option to extend the contract an additional four years for a total of
five years. There will be no further synopsis in the event the options
included in the contract are exercised. Estimated date of contract
award is September 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 to perform environmental investigations,
studies, plans, reports, engineering designs, and permit applications
related to air pollution control, pollution prevention, solid waste,
and hazardous waste. (2) Specialized recent experience and technical
competence of particular staff members in Federal, local regulatory and
final governing standards for air pollution control, pollution
prevention, solid waste, and hazardous waste. (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)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
(7) 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. (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 A-E contracts among qualified A-E firms and firms
that have not had Department of Defense contracts. (9) 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 $500,000.00. A-E firms shall address
their planned potential for usage of small business, small
disadvantaged business, women owned small business, historically black
colleges and minority institutions in Block 10 of the SF 254. The
subcontracting plan is required to be submitted as part of the A-E's
fee proposal. 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 by August 7, 1997 will be considered. Firms must submit
forms to the Contracts Department(Code 0231), Environmental Office
Complex, PACNAVFACENGCOM Parking Lot Trailer, Pearl Harbor, HI,
96860-7300 by 2:00 p.m. HST, on August 7, 1997. Firms having a current
SF 254 on file with this office may also be considered. This is not a
request for a proposal. (0198) Loren Data Corp. http://www.ld.com (SYN# 0020 19970722\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|