Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168

Commanding 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