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