|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1998 PSA#2101Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, McClellan Air Force
Base, CA 95652-1060 R -- ENVIRONMENTAL A-E SERVICES SOL F04699-98-R-0036A DUE 102998 POC
For copy, contact the info office indicated., For additional
information contact Foster.P1f/Pkop/[916]643-0741 Modification synopsis
for environmental A-E Services. Sol F04699-98-R- 0036. Originally
published 07 May 98. SIC code 8744 is size standard for small business.
The contract value for each of the two awards, under full and open
competition, is $21,000,000. The relative order of
preference/importance of the evaluation criteria used in the evaluation
process are as follows: (1) specialized experience in remedial
investigation, feasibility studies, treatability studies, investigative
studies, remedial design and CERCLA investigations-especially
pertaining to Base Realignment and Closure (BRAC) activities; (2)
location of the A-E firm in the general geographic area of McClellan
AFB; (3) past performance of the A-E firm in the execution of DoD and
other contracts for similar environmental work; (4) professional
qualifications of staff in engineering, chemical, geophysical, and
environmental disciplines; and (5) capacity and ability to accomplish
tasks in the required time frames. This is not a Request for Proposal
(RFP), but a request for qualifications data. Qualifications data: SF
254, "Architect-Engineer and Related Services Questionnaire" and SF
255, "Architect-Engineer and Related Services Questionnaire for
Specific Project" must be received by close of business 08 July 1998.
Final award will be on or about 09 Mar 1999. Page limits for SF
254s/255s are four (4) pages and 100 pages respectively. The following
describes the basis/process for award. After receipt of SF 254s/255s,
a preselection board reviews and prepares a preselection list of the
qualified firms that have a reasonable chance of being considered as
most highly qualified by the selection board. Next a final selection
board completes interviews with the most highly qualified firms and
arrives at a final ranking/final sources selected list which is then
submitted to a selection authority. After this technical competition,
the three highest, technically ranked firms (including at least one
small business) will be issued RFPs (basic and first task order).
Negotiations will be conducted on a noncompetitive (no price
competition), direct source basis for both the basic ID/IQ contract and
first task order. If one of the three top-ranked firms defaults, then
the next highest ranked firm will be issued an RFP (basic and first
task order); one of the three top-ranked firms will be a small
business. Firms are to be prime contractors that possess the
experience, expertise, capability, and resources available locally to
perform this work. Prime contractors are the entities with which the
government would have resulting contracts. Prime contractor firms are
considered to be individual or joint venture efforts, not teaming
arrangements, partnerships, contract management companies, or
consulting firms. Proposed subcontractors, vendors, team members, or
other associates (while not precluded from teaming with the prime
offeror) are not the prime offeror, nor are they considered "in-house"
(in terms of experience, expertise, capability, and resources) to the
prime offeror for the purpose of this selection evaluation. "In-house"
efforts are those proposed by the prime offeror. While teaming ia
allowed, "team capabilities" should not be shown in SF 254/255
qualification summaries. We will not evaluate the capabilities of
subcontractors, et al, when selecting the prime contractor. Selected
A-E firms (including its parent firm, or its subcontractors,
affiliates, or subsidiaries) are prohibited from performing remedial
work or being involved in the remedial action on same site(s), operable
units (OUs), or project(s) for which the A-E firm performed the
intermediate or complete design (including specifications and
drawings). If the prime A-E contractor does work that results in an
intermediate or complete design, its subcontractor(s) and/or team
member(s) would be precluded from participating in the
construction/implementation of the design and related cleanup.
Conversely, A-E firms are not prohibited from performing remedial or
construction work on those specific site(s), OUs, or project(s) where
there they have had no previous involvement. Activities such as
investigations, studies, testing, analysis, and defining long term
goals do not create a conflict of interest and do not create an unfair
advantage which would preclude subsequent awards under McClellan AFB's
METRIC (McClellan Environmental Technologies Remediation Implementation
Contract) program. The approximate issue/response date will be 29 Sep
98. No telephone requests. Only written or faxed requests received
directly from the requestor are acceptable. All responsible sources
solicited may submit a bid, proposal, or quotation which shall be
considered. See Note (s) 1. (0140) Loren Data Corp. http://www.ld.com (SYN# 0101 19980522\R-0020.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|