Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1999 PSA#2291

Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699

C -- INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL PLANNING AND ENGINEERING SERVICES FOR AIR INSTALLATION COMPATIBLE USE ZONES (AICUZ) AND RANGE AIR INSTALLATION COMPATIBLE USE ZONES (RAICUZ) STUDIES SOL N62470-99-R-3253 DUE 033099 POC Bayla L. Mack, Contract Support Branch, 757-322-8271 E-MAIL: Architect-Engineer, mackbl@efdlant.navfac.navy.mil. The Department of the Navy (DON) has a requirement for engineering services to complete Air Installation Compatible Use Zones (AICUZ) and Range Air Installation Compatible Use Zones (RAICUZ) studies for Navy and Marine Corps facilities Nationwide, primarily in the Eastern United States and in the Caribbean. In particular, AICUZ plans shall be developed in accordance with DON Instruction 11011.36A, Air Installations Compatible Use Zones (AICUZ) Program. AICUZ plans will include a detailed analysis of aircraft noise, accident potential, land use compatibility, operational alternatives, and potential solutions to both existing and potential incompatible land use problems. RAICUZ plans shall be developed in accordance with OPNAV Instruction 3550.1, Range Air Installations Compatible Use Zones (RAICUZ) Program. RAICUZ plans will quantify range safety zones, aircraft noise zones, blast noise zones, develop strategies for lands affected by potential weapons impacts or noise impacts, and develop a strategy to promote compatible development on land within these areas. The HAZARD methodology and DON RAICUZ policy and guidance will be used in the evaluation. The A&E must demonstrate the prime's and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience -- Firms will be evaluated in terms of their past experience with regard to the preparation of AICUZ, RAICUZ, and other land-use/air-to-ground range planning studies; and on their knowledge unique to the contract area; (2) Professional qualifications and technical competence in the type of work addressed in evaluation factor number 1: Firms will be evaluated in terms of the staff's active professional registration and the capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; (3) Ability to perform the work to schedules and capacity to complete up to 6 major taskings per year -- Firms will be evaluated in terms of impact of this workload on the staff's projected workload during the contract period; (4) Past Performance -- Firms will be evaluated in terms of one or more of the following (with emphasis on projects addressed in factor number one) demonstrated long term business relationships and repeat business with Government and private customers, and performance ratings/letters of recommendations received; (5) Quality Control Program -- Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning and engineering services -- list key personnel responsible; (6) Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given thenature and size of the contract); (7) Volume of Work -- Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan -- Firms will be evaluated on the extent to which offerors identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution in performance of the contract, whether as joint venture, teaming arrangement, or subcontractor. The following are the published SECNAV goals for small business subcontracting support: Small Business (SB) -- 62% Small Disadvantaged Business (SDB) -- 12%; Women-owned Small Business (WOSB) -- 5%; Historically Black Colleges and Universities/Minority Institutes (HBCU/MI) -- 5%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) the Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $5,000,000; however, the yearly maximum may total up to $2,500,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is July 1999. -- Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", and "TECHNICAL ROLE". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 30 March 1999 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. -- This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. -- The small business size standard classification is SIC 8711 ($2,500,000). -- This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24. Posted 02/24/99 (W-SN301705). (0055)

Loren Data Corp. http://www.ld.com (SYN# 0021 19990226\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page