Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,1998 PSA#2078

Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, Bldg. 258, Pearl Harbor, HI 96860-7300 (Code 0231)

C -- INDEFINITE QUANTITY/INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES FOR ENVIRONMENTAL ENGINEERING SERVICES AT VARIOUS NAVY AND MARINE CORPS INSTALLATIONS, PACIFIC BASIN AND INDIAN OCEAN AREAS SOL N62742-98-R-1806 POC Contact Evette Fonoimoana, Contract Specialist, (808) 474-0149 E-MAIL: efonoimoana@EFDPAC.NAVFAC.NAVY.MIL, efonoimoana@EFDPAC.NAVFAC.NAVY.MIL. Services include, but are not limited to engineering services to conduct environmental studies on water and wastewater collection/treatment/distribution systems at various locations under cognizance of Pacific Division, Naval Facilities Engineering Command. The services may include the preparation of reports, management plans, permit applications, preliminary engineering designs, cost estimates and supporting documents for corrective projects and performing monitoring actions. The A-E must have or be able to obtain microbiology, toxicology and chemistry laboratory services. Many military areas of work expected under this contract will not allow the entry of aliens. The field crew of the A-E shall be composed of U.S. citizens who can qualify for access to these areas. If asbestos or hazardous materials exist, the A-E contractor shall identify them and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The contract will be an Indefinite Quantity/Indefinite Delivery 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 contract 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. Each delivery order will have a $400,000 limitation. The contract shall not exceed twelve months or a maximum of $1,000,000 total fee. The Government guarantees a minimum amount of $25,000 for the contract. Should an impasse on the price occur over the initial or subsequent projects, the Government will apply the dollar value of the Government estimate for that project or projects toward the minimum guarantee. The Government reserves the option to extend the contract for an additional two years for a total of three years, with a maximum fee of $1,000,000 per year. There will be no future synopsis in the event the options included in the contract are exercised. Estimated date of contract award is September 1998. 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 firms and staff proposed in the field of water, wastewater, storm water, oily waste, environmental engineering work. (2) Specialized recent experience and technical competence of firm or particular staff members in Federal and local regulatory requirements, drinking water, source treatment and distribution system investigation, sewage industrial wastewater, and storm water investigation and management, oily waste treatment and spill response prevention/response management. (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) A-E firm's quality control practices/techniques. (6) 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. (7) 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. (8) Use of Small or Small Disadvantaged or Women-owned Small Business firms shall also be considered. 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 shall address their planned potential for usage of Small Business, Small Disadvantage Business, Women-owned Small Business in Block 10 of the SF254. A Subcontracting Plan will be required from large business firms with proposed fee of over $500,000.00. The Subcontracting Plan is required to be submitted as part of the A-E's fee proposal and must be approved prior to contract award. In block 10 of the SF 255 and any addendum, state why your firm is specially qualified based on each of the above evaluation criteria. For evaluation criteria (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 the work will be done and describe the experience and location of those personnel who will do the work. 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. This prospective contract is a 100 percent set-aside for small business (SB) concerns. The small business size standard classification is SIC 8712 ($2.5 million in annual receipts). If adequate interest is not received from highly qualified SB concerns, this solicitation will automatically be opened to all firms regardless of size or concern without further notice. Firms must submit forms to the Contracts Department by 2:00 p.m. HST, on 27 May 1998. Should the due date fall on a weekend or holiday, Standard Forms 254 and 255 will be due the first workday thereafter. This is not a request for a proposal. (0107)

Loren Data Corp. http://www.ld.com (SYN# 0037 19980421\C-0018.SOL)


C - Architect and Engineering Services - Construction Index Page