Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1998 PSA#2101

Sacramento 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