Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1998 PSA#2205

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090

C -- ENGINEERING SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL PLANNING SERVICES PRIMARILY IN THE STATES OF ME, VT, CT, RI, NY, DE, NJ, AND PA SOL N62472-98-D-1390 DUE 112398 POC Tina Phillips, Contract Specialist, 610-595-0643. Engineering Services for an Indefinite Quantity Contract for Environmental Planning Services involving the preparation of environmental assessments, environmental impact statements, archeological/cultural resource studies, wetland delineation and mitigation plans, air quality conformity determinations, dredge sediment testing and analysis plans, and coastal zone consistency determinations. The work to be performed under this contract may also require the preparation of environmental assessments or environmental impact statements for projects such as base closure/realignment studies, family housing projects, dredging projects and other similar projects. Also, the work may include development of various planning studies and project (1391) development. Environmental assessment and impact statements require the preparation of comprehensive documentation of the existing natural and man-made environments of the project site(s) and surrounding vicinity and the impacts proposed projects will create. Environmental documentation will also require evaluation of alternative sites/methods, etc. Archeological/cultural resource studies may be part of the basic contract and shall require documentation of facilities/properties that may be considered to have architectural, historical, or cultural significance. Studies may include the preparation of reports/nomination forms, etc., documenting facilities, structures, sites, etc., that may qualify for listing on the National Register of Historic Places. This work shall be coordinated with the appropriate state historic preservation office and the Advisory Council on Historic Preservation. Studies involving wetland delineations may also be added to, or part of, the contract and shall be conducted using U.S. Environmental Protection Agency, U.S. Army Corps of Engineers and appropriate state wetland delineation criteria. If required, wetland boundaries shall be surveyed using accepted land surveying techniques. Air quality conformity determinations, in compliance with the Clean Air Act Amendment of 1990, may also be added to the basic contract as part of a larger study or as individual determinations for special projects. Dredge sediment testing and analysis plans may include sediment sampling, hydrographic surveys, and disposal alternatives analysis. Coastal Zone Management consistency determinations, if required, shall be developed for submission to the coastal zone management coordinators in the appropriate states. Submission of documentation will include electronic deliverables (in accordance with Northern Division's CADD policy) and standard word processing procedures. SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE OF THE FIRM IN THE TYPE OF WORK REQUIRED. A/E Firms shall indicate recent specific experience in these four basic study areas: 1) National Environmental Policy Act (NEPA) environmental documentation; 2) cultural resources planning; 3) coastal zone management; 4) wetlands delineations/ studies/ mitigation planning. 2. PROFESSIONAL QUALIFICATIONS AND RELEVANT EXPERIENCE OF THE STAFF TO BE ASSIGNED TO THIS CONTRACT (INCLUDING THOSE OF ANY CONSULTANTS). 3. CAPACITY OF THE ASSIGNED TEAM TO ACCOMPLISH MULTIPLE, LARGE AND SMALL PROJECTS SIMULTANEOUSLY AND WITHIN THE REQUIRED TIME CONSTRAINTS. 4. PAST PERFORMANCE WITH RESPECT TO QUALITY OF WORK, COMPLIANCE WITH PERFORMANCE SCHEDULES, AND COST CONTROL (EMPHASIS ON D.O.D. WORK). 5. KNOWLEDGE AND DEMONSTRATED EXPERIENCE IN APPLYING SUSTAINABILITY CONCEPTS AND PRINCIPLES TO FACILITIES AND INFRASTRUCTURE PROBLEMS THROUGH AN INTEGRATED ENVIRONMENTAL PLANNING/FACILITY PLANNING APPROACH. 6. QUALITY CONTROL PROGRAM OF THE FIRM TO ENSURE TECHNICAL ACCURACY OF SUBMITTALS. 7. LOCATION OF THE FIRM IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT, PROVIDED THAT THERE IS AN APPROPRIATE NUMBER OF QUALIFIED FIRMS THEREIN FOR CONSIDERATION. 8. USE OF SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, WOMEN-OWNED SMALL BUSINESS, HISTORICALLY BLACK COLLEGES AND MINORITY INSTITUTIONS, USED AS PRIMARY CONSULTANTS OR AS SUBCONSULTANTS. 9. VOLUME OF WORK PREVIOUSLY AWARDED TO THE FIRM BY THE DEPARTMENT OF DEFENSE. Block 10 of the Standard Form 255 will summarize how the firm meets the stated evaluation criteria for this contract. A matrix format must be included in this section documenting proposed team members specialized experience relevant to the subject contract as follows: IN LEFT HAND COLUMN SHOW: Relevant projects (use number of project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Team member's name (show key person named in Block 7 of SF 255). IN BODY OF MATRIX SHOW: Role of team member (include consultants) on relevant project i.e., Task Manager, etc... Include (as attachments) performance evaluations and/or letters of commendation for office making this submission. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporating subsidiary that operates under a firm name different from the parent company. Estimated Construction Cost: N/A. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order. Estimated Start Date: March 1999. There will be no dollar limit per project. The total fee that may be paid under this contract (including the option years) will not exceed $5,000,000.00. The duration of this contract will be for one year from the date of an initial contract award with options for four additional one-year periods. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial project. The options may be exercised at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. Since this contract may result in an award valued in excess of $500,000, a small business subcontracting plan will be required if the selected firm is a large businessconcern. The small disadvantaged business set-aside goals and the women-owned small business goals in the plan shall not be less than 5% each of the subcontracted work. The SIC code is 8711 and the small business size standard classification is $2,500,000. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms which meet the requirements described in this announcement are invited to submit completed Standard Forms 254 and 255 to the office shown above. Firms responding to this announcement by 4:00 p.m., on 23 November 1998 will be considered. Firms having a current SF 254 on file with this office may also be considered. ALL HAND CARRIED SUBMITTALS MUST BE DEPOSITED IN THE BID BOX WHICH IS LOCATED IN THE LOBBY AT THE ABOVE GIVEN ADDRESS PRIOR TO THE TIME AND DATE SPECIFIED. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR SUBMITTAL IS DELIVERED STATING "SUBMITTAL ENCLOSED", "CONTRACT NUMBER N62472-98-D-1390", AND "DATE DUE 23 NOV 98". Facsimile responses will not be accepted. Late responses will be handled in accordance with FAR 52.215-10. No material will be returned. Respondents may supplement this proposal with graphic material and photographs which best demonstrate capabilities of the team proposed for the project. Firms responding to this announcement are requested to SUBMIT ONLY ONE COPY of qualification statements. THIS IS NOT A REQUEST FOR PROPOSAL. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR database may render a firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Northern Division's web site at http://www.efdnorth/navfac/navy.mil or through the point of contact identified for this procurement. Posted 10/19/98 (I-SN263161). (0292)

Loren Data Corp. http://www.ld.com (SYN# 0019 19981021\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page