|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 14,1998 PSA#2011Department Of The Navy, Naval Facilities Engineering Command,
Commander, Atlantic Division, Contracts Office, Code 02231, 1510
Gilbert Street, Norfolk, Virginia 23511-2699 C -- INDEFINITE QUANTITY CONTRACT FOR WATER QUALITY PROJECTS WITHIN
OVERSEAS AREAS UNDER THE COGNIZANCE OF THE ATLANTIC DIVISION, NAVAL
FACILITIES ENGINEERING COMMAND SOL N62470-98-R-3553 DUE 021798 POC
Bayla L. Mack, 757-322-8271 -- Karla H. McGrath, Head, Contract Support
Branch, 757-322-8270 E-MAIL: Architect-Engineer,
mackbl@efdlant.navfac.navy.mil. Architect-Engineer or Engineering
Services are required for preparation of project documentation, plans,
specifications, cost estimates, related studies, all associated
engineering services for design solutions to address Wastewater type
Water Quality issues. Tasks will include, but are not limited to:
Wastewater treatment plant, pump station and plant control evaluations
and subsequent design upgrades and improvements; design solutions to
correct illicit discharges to sanitary and storm sewers; evaluation and
design of pump station upgrades; wash rack modifications, evaluation
and design of pretreatment and pollution prevention control systems
related to industrial wastewaters; pretreatment, certificate to
construct/non-discharge type, and National Pollutant Discharge
Elimination System (NPDES) permit application preparation for Puerto
Rico taskings; associated laboratory support for wastewater, stormwater
and residual characterizations; treatability study determination; and
Oily Waste/Waste Oil (OWWO) handling and treatment facility design. The
services will be performed at activities located within the Atlantic
Division, Naval Facilities Engineering Command's Overseas Geographic
Area including Iceland, the Caribbean, and Europe including areas under
the cognizance of Engineering Field Activity Mediterranean. The
Government will reserve options to negotiate post construction award
services (PCAS) to include Operation and Maintenance Support
Information (OMSI) Manuals, the preparation of manuals required by
environmental regulators, shop drawing review, preparation of as-built
drawings, and construction surveillance services (Title II). The A&E
must demonstrate his and each key consultant's qualifications with
respect to the published evaluation factors for all services.
Evaluation factors (1) through (6) are of equal importance; factors
(7), (8) and (9) are of lesser importance and will be used as
"tie-breakers" among technically equal firms. Specific evaluation
factors include: (1) Specialized Experience -- Firms will be evaluated
in terms of Previous experience of the firm in the preparation of
Department of Defense DD Forms 1391 and supporting documentation,
Pretreatment and NPDES environmental permit applications, and
application for the construction of wastewater facilities; design of
pretreatment/pollution prevention facilities to control industrial
wastewaters, and minor upgrades and improvements to domestic treatment
works, instrumentation design improvements for wastewater treatment
processes; process treatability studies, and the firm's capability to
perform wastewater sampling, testing, and interpret laboratory results;
and firms will be evaluated based on their knowledge of and past
experience utilizing the DOD Final Governing Standards for Spain,
Italy, Greece, Iceland, Cuba, and the environmental regulations
applying to Puerto Rico, and knowledge of and past project experience
utilizing construction practices in these areas; (2) Professional
qualifications, technical competence and experience of the staff to
accomplish the designs and studies outlined in evaluation factor 1
above for work in the geographical areas under this contract -- Firms
will be evaluated in terms of experience and roles of staff members
individually and as a team specifically on projects addressed in
evaluation factor number 1; active professional registration of the
technical staff including a design professional registration in Puerto
Rico; and the proposed team's management approach to successfully
completing tasks under this contract including their demonstrated work
experience with key consultants on similar projects; (3) Capability to
provide qualified backup staff for key personnel to ensure continuity
of services and ability to complete at least 4 tasks simultaneously,
including designs and studies, in 6 month time frames; (4) Past
performance -- Firms will be evaluated in terms of their past
performance with this Command and other DOD agencies and private
companies in terms of demonstrated long term business relationships and
repeat business (with emphasis on projects addressed in factor 1).
Firms will also be evaluated in terms of demonstrated history of
meeting performance schedules; (5) Quality Control Program -- Firms
will be evaluated on the acceptability of their internal quality
control program used to assess technical accuracy in reports,
calculations, drawings, and specifications to assure overall
coordination between engineering and technical disciplines, and their
means of ensuring quality services from their consultants -- list key
personnel responsible; (6) Demonstrated success in prescribing the use
of recovered materials and achieving waste reduction and energy
efficiency in facility design; (7) Firm location (provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the contract); (8) Volume of Work
-- Firms will be evaluated in terms of work previously awarded to the
firm by DOD with the objective of affecting an equitable distribution
of DOD A&E contracts among qualified A&E firms, including small and
small disadvantaged business firms and firms that have not had prior
DOD contracts; and (9) Small Business and Small Disadvantaged Business
Subcontracting Plan -- Firms will be evaluated on the extent to which
offerors identify and commit to small business and to small
disadvantaged business, historically black college and university, or
minority institution in performance of the contract, whether as joint
venture, teaming arrangement, or subcontractor. The contract requires
that the selected firm have an on-line access to E-mail via the
internet for routine exchange of correspondence. Firms are required to
prepare the cost estimate utilizing the computerized "SUCCESS" system
in Work Breakdown Structure (WBS), the specifications in the
SPECSINTACT system format, and all drawings shall be submitted in an
AutoCAD compatible format in compliance with the Atlantic Division,
Naval Facilities Engineering Command's "Requirements for Computer
Generated Submittals to the Engineering and Design Division". The
design contract scope may require evaluation and definition of asbestos
materials and hazardous waste disposition. Fee negotiations would
provide for laboratory testing and subsequent preparation of plans and
specifications may require definition of removal and/or definition of
disposal process. Firms responding to this announcement must be
prepared to accept the aforementioned as a part of their contract
responsibility. The duration of the contract will be for one (1) year
from the date of an initial contract award. The proposed contract
includes 4 one (1) year Government options for the same basic
professional skills. The total A&E fee that may be paid under this
contract will not exceed $1,500,000; however, the yearly maximum may
total up to $750,000. No other general notification to firms for other
similar projects performed under this contract will be made. Type of
contract: Firm Fixed Price Indefinite Quantity Contract. Estimated
start date is 1 March 1998. -- Architect-Engineer firms which meet the
requirements described in this announcement are invited to submit
completed Standard Forms (SF) 254 (unless already on file) and 255, U.
S. Government Architect-Engineer Qualifications, to the office shown
above. In Block 10 of the SF 255, discuss why the firm is especially
qualified based upon synopsized evaluation factors; and provide
evidence that your firm is permitted by law to practice the professions
of architecture or engineering, i.e., State registration number. For
selection evaluation factor (1), 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". Use Block 10 of the SF 255 to provide any additional information
desired and continue Block 10 narrative discussion on plain bond paper.
All information must be included within the SF 255. Provide a synopsis
of the scope of work, point of contact and telephone number for each
project listed in SF 255 Block 8. Firms having a current SF 254 on file
with this office and those responding by 4:00 p.m. EST, 17 February
1998 will be considered. Late responses will be handled in accordance
with FAR 52.215-10. Neither hand carried proposals nor facsimile
responses will be accepted. Firms responding to this advertisement are
requested to submit only one copy of qualification statements. The
qualification statements should clearly indicate the office location
where the work will be performed and the qualifications of the
individuals anticipated to work on the contract and their geographical
location. -- This proposed contract is being solicited on an
unrestricted basis, therefore, replies to this notice are requested
from all business concerns. -- The small business size standard
classification is SIC 8711 ($2,500,000). -- This is not a request for
proposals. Inquiries concerning this project should mention location
and contract number. See Note24. (0012) Loren Data Corp. http://www.ld.com (SYN# 0025 19980114\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|