|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168Commanding Officer, Engineering Field Activity West, 900 Commodore Dr,
San Bruno, CA 94066-5006 B -- ENVIRONMENTAL PLANNING SERVICES FOR MILITARY ACTIVITIES IN
CALIFORNIA, ARIZONA, NEVADA, AND UTAH. SOL N62474-98-R-2113 DUE 091798
POC Barbara Woods, Contract Specialist, (650) 244-2423; Mark Pfeiffer,
Contracting Officer, (650) 244-2409. SOURCES SOUGHT -- MARKET SURVEY:
Engineering Field Activity, West (EFAW), Naval Facilities Engineering
Command (NAVFAC), is seeking sources, from within the Small Business,
Small Disadvantaged Business, and/or Women-owned Small Business
community of firms, that will be interested in competing, as a prime
contractor, under a Request for Proposal (RFP) for ENVIRONMENTAL
PLANNING SERVICES FOR MILITARY ACTIVITIES IN CALIFORNIA, ARIZONA,
NEVADA, AND UTAH. This procurement will be conducted under the
provisions of FAR SUBPART 15.3 -- SOURCE SELECTION, and the resulting
indefinite delivery/quantity (IDIQ) contract(s) will be awarded on the
basis of evaluated BEST VALUE. EFAW has not made a final procurement
strategy decision with regard to whether this acquisition will be
issued on an "unrestricted" basis, or if it will be "set-aside" for
small business participation. This decision will be influenced, to a
significant degree, by the level of response from the small business
community, and by the breadth and depth of past experience reflected in
such responses. The services to be included in the scope of this
anticipated procurement are: (1) Environmental studies and
documentation including studies needed for, and the preparation of,
National Environmental Policy Act (NEPA) Categorical Exclusions,
Environmental Assessments and Environmental Impact Statements; (2)
resource-specific studies and reports including, but not limited to,
categories of biological resources (e.g., wildlife, fisheries, and
marine); wetlands; cultural resources (e.g., historical, archeological,
& Native American); water and sediment quantity, quality, and tests;
noise; air quality (including Clean Air Act conformity); human
environmental resources, including land use, traffic, socioeconomics,
utilities, schools, and public services; public health and safety,
including operations impacts and hazardous materials; and other related
resources as appropriate. The work effort may include NEPA
documentation for construction, operationalchanges, and weapons system
life-cycle acquisition at Navy and Marine Corps bases, as well as for
closures, relocations, and realignments. The work may include
coordination and facilitation of public involvement programs related to
the NEPA environmental impact evaluation process. (3) The work may
include preparation of Geographic Information Systems surveys and
software overlays generation using DGPS; and, the preparation of
Integrated Natural Resources Management Plans. The majority of the work
is expected to be related to proposed Navy and Marine Corps actions in
California, Arizona, Nevada, and Utah. The Standard Industrial Codes
(SIC) applicable to this procurement are 8742 Management Consulting
Services, 8748 Business Consulting Services, Not Elsewhere Classified,
and 8999 Consulting Services, Not Elsewhere Classified. The Small
Business size standard for all SICs is $5,000,000. Respondents must
clearly convey, by providing substantiating information, that they have
successfully performed the services described above; that they have
done so within the preceding five (5) years; and, that they performed
these services as a prime contractor under one or more contracts
awarded by either DoD or one or more military departments. As
previously stated, the procurement strategy will involve the award of
at least one IDIQ contract. Recent experience reflects that of the
fourteen task orders (TO) issued under the current contract, with a
total value of just under $1.2M, the range in TO values extended from
approximately $30K to just over $327K; the mean of task order prices
was just over $85K, and the median was just over $59K. The aggregate of
task order performance days was 2,727. The mean of performance days was
210, and the median was 180; the range was 60 to 478 days. Two TOs had
performance periods of 60 days; five TOs fell into the 70-180 day
range; six TOs ranged from 246 -- 321 days; and one TO had a
performance period of 478 days. Seven TOs were related to four
different activities within the San Francisco Bay Area commuting area.
The remaining seven were at three widely dispersed sites: five in
Nevada, one in the San Joaquin Valley, and in Ventura County, CA. It is
anticipated that the most common category of TO requirement will be for
NEPA Environmental Assessments for proposed Navy and/or Marine Corps
actions such as construction, operational changes or modifications,
base closures and relocations, and dredging. Biological resources and
cultural resources surveys can also be expected, as can preparation of
Geographic Information Systems-based natural resources management
plans. It is anticipated that TOs may be approximately evenly spread
geographically among proposed actions at Navy facilities in the San
Francisco Bay area, the San Joaquin Valley of California, the Monterey
CA area, and the state of Nevada. This TO history, which is typical of
projected requirements, represents significant demands upon the entire
inventory of corporate resources. Responses must clearly show the
following: successful multi-task management, of the type and nature
contemplated by the scope of the RFP described above, involving a wide
range of intellectual disciplines, requiring on-site work at
geographically dispersed locations; and, success in responding to
extremely short delivery schedules. Responses must also indicate the
actual percentage of work that was performed "in-house", subcontracted,
or performed by a "teaming" or "joint venture" partnering firm, on a
task-by-task basis. Respondents' statements of qualification (SOQ) are
not to exceed ten (10) pages (8 " X 11") in length (including cover
letter); and, use a type pitch/font size no smaller than 12/10,
respectively. The SOQ primary focus is to be on relevant work the firm
has successfully accomplished, within the past five (5) years,
including dates, locations, customers, and points of contact for
verification purposes; and, the management and organizational structure
that was used to accomplish that work. The secondary focus of the SOQ
is to be on key management andinvestigative/intellectual staff members
who were directly involved in the performance of past successes, their
abbreviated resumes, and a statement regarding their individual
availability in the event of eventual contract award during January
1999 time frame. In addition, responses must include a matrix that
depicts, along the left vertical axis, the names of management and key
investigative/intellectual staff; and, along the top horizontal axis,
the organizational function or position they would be expected to
occupy under the type contract described above. Respondents are
cautioned against the inclusion of extraneous detail in their SOQ. The
resulting RFP, which will be synopsized in the Commerce Business
Daily, will include a requirement for detailed resumes of key
management and staff, proposed organizational structure(s) for managing
and accomplishing tasks, financial stability, as well as teaming or
joint venture relationships, if any. Responses are to be forwarded to
Barbara Woods, Contract Specialist, Code 755, Engineering Field
Activity, West, 900 Commodore Drive, San Bruno, CA 94066-5006.
Facsimile responses will not be accepted. Posted 08/25/98 (W-SN241547).
(0237) Loren Data Corp. http://www.ld.com (SYN# 0019 19980827\B-0008.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|