Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1998 PSA#2201

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr, San Bruno, CA 94066-5006

B -- INSTALLATION FACILITIES PLANNING SERVICES FOR MILITARY ACTIVITIES IN CALIFORNIA, ARIZONA, NEVADA, AND UTAH SOL N62474-98-R-2112 DUE 113098 POC Barbara Woods, Contract Specialist, (650) 244-2423, Mark Pfeiffer, Contracting Officer, (650) 244-2409 Engineering Field Activity, West announces the availability, on or before 28 October 1998, of a Request for Proposal (RFP) for Installation Facilities Planning Services for Military Activities in California, Arizona, Nevada,and Utah. An RFP packet will be sent to parties who submit expressions of interest received prior to 28 October 1998. Final proposals must be received at the address shown above, ATTN: Barbara Woods, Code 755, Bldg. 205/1st Floor, not later than 3:30 P.M., Monday, 30 November 1998. This procurement will be conducted under the provisions of FAR SUBPART 15.3 -- SOURCE SELECTION, and the resulting indefinite delivery/quantity (IDIQ) contract will be awarded on the basis of evaluated BEST VALUE. The performance period will be for a base period of one (1) year from date of award; and, four (4) option periods of one (1) year each. The minimum order quantity will be $25,000 for the base period and for each option period exercised. The maximum quantity, which may be ordered under this contract, will be $5,000,000. The Government reserves the right to issue orders and modifications to previously issued orders, during any performance period, up to the remaining total contract maximum capacity value, including both unused capacity from prior periods and capacity from future option periods. Negotiated order/modification prices will be based on rates in effect at the time of issuance of order(s) or modification(s), with the exception of "deleted" work, which will be valued at rates in effect at time such work was originally negotiated. This RFP will be issued on an "unrestricted" basis. The Standard Industrial Classification (SIC) codes applicable to this procurement are: 8712 Architectural Services, 8742 Management Consulting Services, and 8748 Business Consulting Services, Not Elsewhere Classified. The services to be included in the scope of this procurement are: (1) preparation of Activity Planning and Management Model (APMM), including Regional Shore Infrastructure Plans (RSIP) and/or Master Plans. (2) Range/Air Installation Compatible Use Zone (RAICUZ/AICUZ) Studies, including noise level studies. (3) Aircraft Noise Surveys and Studies. (4) Activity Land and Facilities Assets (ALFA) Studies. (5) Land Use Compatibility (LUC) Studies. (6) Base Mapping/Aerial Photography in conjunction with Geographical Information Systems (GIS), and updating of General Development Maps (GDM). (7) Updating Master Plans and Special Planning Studies, including analysis of Basic Facility Requirements, Engineering Evaluations, Utility Studies and Facility Requirements Studies/Plans, Base Exterior Architecture Plans (BEAP), and Traffic/Transportation Studies. (8) All aspects relating to the analysis and preparation of Military Construction Project Data (DD Form 1391 and 1391c), including Economic Analysis, Facility Studies, Development of Design solutions, Wholehouse Repair Studies, Neighborhood of Excellence Studies and Comprehensive Neighborhood Plans, Base Closure and related studies, Capital Improvement Plans, andNEPA Environmental Documentation related to planning studies in California, Arizona, Nevada, and Utah. Respondents will be required to clearly convey, to include 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 under one or more contracts awarded by either DoD or one or more military departments. The RFP will require that proposers show the following: successful multi-task management, of task orders involving a wide range of intellectual disciplines, requiring on-site work at geographically dispersed locations; and, success in responding to extremely short delivery schedules. Although qualifying experience may be as either a "prime" or "subcontractor", proposers must indicate in which capacity the experience was obtained; and, 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. The RFP will limit proposals to twenty-five (25) pages (8 " X 11") in length (including cover letter but exclusive of the submissions described under criteria (3), below)); and, to a font size no smaller than 10. Selection criteria will be both technical and price, as follows: (1) PAST PERFORMANCE of the firm. The period of past performance for relevant work the firm has successfully accomplished, must be within the past five (5) years, commencing 1 January 1994. Claims of relevant past performance will have to be substantiated by inclusion of dates, locations, customers, and points of contact (for the purpose of verifying claims); and, the management structure that was used to accomplish that work. (2) QUALIFICATIONS OF MANAGERIAL, KEY, and PROFESSIONAL STAFF. The RFP will require that proposals identify all managerial, key, and professional (i.e., investigative/intellectual staff members who will be directly involved in the performance of work under the anticipated contract). In addition, proposers will be required to describe past successes, provide individual resume of relevant skills, education, technical training, and employment history; and, statements regarding the availability of individuals so identified, in the event of contract award and actual performance beginning January 1999. The RFP will also require inclusion of matrices that depict the following: (A) Management and key staff assignments, with the names of management and key staff (on the vertical axis); and, the organizational function or position they would be expected to occupy under the type contract described above (on the horizontal axis). (B) Relationship of corporate and management/key staff experience, with the names of management and key staff (on the vertical axis); and, the relevant contracts/projects the firm has identified as being indicative of the firm's qualifying past experience (on the horizontal axis). (3) SUBCONTRACTING. The RFP will require the disclosure of relevant subcontracting history, with SB/SDB/Women-owned/HBCU/MI entities, on all Federal prime and subcontracts for which the firm was required to have a subcontracting plan and that are identified in response to criteria (1) PAST EXPERIENCE, above; and, for the relevant past experience period. Proposers will be required to include copies of all semiannual submissions of SUBCONTRACTING REPORT FOR INDIVIDUAL CONTRACTS (SF 294); and, SUMMARY SUBCONTRACT REPORT (SF 295) for all periods ending 31 Mar 94 through 1 October 1998, for which reports were required. (4) PRICE. Although "price" as a selection criteria will be significantly less important than criteria (1), (2) and (3), it will receive appropriate consideration in the "best value" selection process. Expressions of interest may be submitted by Fax to (650) 244-2635; or, by E-mail to: bbwoods@efawest.navfac.navy.mil or mspfeiffer@efawest.navfac.navy.mil. In the latter case, receipt will be acknowledged, in kind. Questions relating to the RFP will not be accepted unless received by mail, and in writing. Posted 10/13/98 (W-SN261580). (0286)

Loren Data Corp. http://www.ld.com (SYN# 0009 19981015\B-0002.SOL)


B - Special Studies and Analyses - Not R&D Index Page