|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
96860-3134 (Code 0231) C -- INDEFINITE QUANTITY/INDEFINITE DELIVERY ARCHITECT-ENGINEER
SERVICES FOR ENVIRONMENTAL ENGINEERING SERVICES AT VARIOUS NAVY AND
MARINE CORPS INSTALLATIONS, PACIFIC BASIN AND INDIAN OCEAN AREAS SOL
N62742-99-R-1805 POC Contact Nanette Castro, Contract Specialist, (808)
474-5707 Services include, but are not limited to engineering services
to conduct environmental investigations and surveys at various
locations under cognizance of Pacific Division, Naval Facilities
Engineering Command. The services may include the preparation of
reports, management plans; permit applications; preliminary engineering
designs; cost estimates; and supporting documents for corrective
projects and performing monitoring actions. The A-E must have or be
able to obtain microbiology, toxicology and chemistry laboratory
services. Many military areas of work expected under this contract will
not allow the entry of aliens. The field crew of the A-E shall be
composed of U.S. citizens who can qualify for access to these areas. If
asbestos or hazardous materials exist, the A-E contractor shall
identify them and provide for their disposal in the required documents
in accordance with applicable rules and regulations pertaining to such
hazardous materials. The selected A-E may be required to participate in
a pre-fee meeting within seven days of notification and provide a fee
proposal within ten days of the meeting. The contract will be an
Indefinite Quantity/Indefinite Delivery type where the work will be
required on an as-needed basis during the life of the contract
providing the Government and contractor agree on the amount. Each
project contract will be a firm-fixed price A-E Task Order. The
Government will determine the task order amount by using rates
negotiated and negotiate the effort required to perform the particular
project. The contract shall not exceed twelve months or a maximum of
$1,000,000 total fee. The Government guarantees a minimum amount of
$25,000 for the contract. Should an impasse on the price occur over the
initial or subsequent projects, the Government will apply the dollar
value of the Government estimate for that project or projects toward
the minimum guarantee. The Government reserves the option to extend the
contract for an additional two years for a total of three years, with
a maximumfee of $1,000,000 per year. There will be no future synopsis
in the event the options included in the contract are exercised.
Estimated date of contract award is August 1999. Proposals may be
subject to an advisory audit performed by the Defense Contract Audit
Agency. The following selection evaluation criteria, in relative order
of importance, will be used in the evaluation of A-E firms: (1)
Professional qualifications of firms and staff proposed in the field of
environmental engineering work, water, wastewater, storm water, oily
waste. (2) Specialized recent experience and technical competence of
firm or particular staff members in Federal, local, and overseas
regulatory requirements, drinking water, source treatment and
distribution system investigations, sewage, industrial wastewater, and
storm water investigation and management, oily waste treatment and
spill response prevention/response management. (3) Past performance on
contracts with Government agencies and private industry in terms of
cost control,quality of work, and compliance with performance
schedules. (4) Capacity to accomplish the work in the required time.
(5) A-E firm's quality control practices/techniques. (6) Location in
the general geographical area of the project and knowledge of the
locality of the project; provided, that application of this criterion
leaves an appropriate number of qualified firms, given the nature and
size of the project. (7) The volume of work previously awarded to the
firm by the Department of Defense shall also be considered, with the
object of effecting an equitable distribution of Department of Defense
A-E contracts among qualified A-E firms and firms that have not had
Department of Defense contracts. (8) Use of Small or Small
Disadvantaged or Women-owned Small Business firms shall also be
considered. A-E firms shall address their planned potential for usage
of small business, small disadvantaged business, women-owned small
business, historically black colleges and minority institutions in
Block 10 of the SF255. A subcontracting plan is required prior to being
interviewed from large business firms who are short-listed. In block 10
of the SF 255 and any addendum, state why your firm is specially
qualified based on each of the above evaluation criteria. For
evaluation criteria (2), 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."
Show the office location where the work will be done and describe the
experience and location of those personnel who will do the work. Each
firm's past performance and performance rating(s) will be reviewed
during the evaluation process and can affect the selection outcome. A-E
firms which meet the requirements described in this announcement are
invited to submit complete, updated Standard Forms 254, Architect
Engineer and Related Services Questionnaire, and 255,
Architect-Engineer and Related Services Questionnaire for Specific
Project, to the office shown above. A-E firms utilized by the prime A-E
must also submit completed Standard Forms 254 and 255. Only one copy of
each form is required. Firms must submit forms to the Contracts
Department by 2:00 p.m. HST, on 1 April 1999. Should the due date fall
on a weekend or holiday, Standard Forms 254 and 255 will be due the
first workday thereafter. This is not a request for a proposal. Posted
02/25/99 (W-SN302540). (0056) Loren Data Corp. http://www.ld.com (SYN# 0027 19990301\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|