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