Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1999 PSA#2391

General Services Administration, Public Buildings Service (PBS), Potomac Service Delivery Team (WPG), 7th & D Streets, SW, Room 6901, Washington, DC, 20407

C -- FERC LICENSING REVIEWS TO SUPPORT BIA PROJECTS. SOL GS-11P-99-MAD-0123 DUE 081699 POC Thomas Sherry, Contracting Officer, Phone (202) 205-3113, Fax (202) 260-5066, Email tom.sherry@gsa.gov -- Ursula Holmes, Contracting Officer, Phone (202) 260-4974, Fax (202) 260-5066, Email ursula.holmes@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=GS-11P-99-MAD -0123&LocID=302. E-MAIL: Thomas Sherry, tom.sherry@gsa.gov. The General Services Administration (GSA), on behalf of the Bureau of Indian Affairs (BIA), Department of the Interior, requests expressions of interest under the Brooks Act (solicitation number GS-11P-99-MAD-0123) for two supplemental indefinite quantity, indefinite delivery architect-engineer contracts for hydroelectric licensing assessments. The contract scope will include: (1) Review and inform the BIA of Federal Energy Regulatory Commission (FERC) projects which are, or will be, undergoing new or original licensing to identify those projects which (a) occupy Indian Reservation lands (lands in which the United States has an ownership or proprietary interest) or which (b) affect/impact Indian lands, rights, and resources. (2) For those hydroelectric projects which occupy Indian Reservation lands -- to determine extent of tribal lands occupied by the projects; investigate land ownership claims, treaties, statutes, easements, leases, and other indicia of title so as to determine and document the interests of the United States in the subject lands occupied by the projects; investigate project impacts to lands (including erosion and soil stability issues), fish, wildlife, plants/vegetation and natural resources, water quality, archaeological and cultural resources, structures, recreational pursuits and other purposes for which the Reservations were created or acquired; study and provide technical analyses and support for recommended conditions to protect the purpose and utilization of the Reservations from project-related impacts; develop recommended conditions and supporting materials for submission to BIA; assist in BIA's compilation and filing of protective conditions and supporting records with FERC; and assist in responding to comments received concerning such conditions and in the defense of such conditions in administrative and court challenges. (3) For those projects occupying Indian lands or affecting Indian resources, to participate in FERC pre-filing consultations and other licensing proceedings, as directed. This participation will require attendance at meetings with the license applicants and other resource agencies, attendance at FERC scoping meetings, participation in alternative licensing proceedings, recommending suggestions for study requests to assist in the development of the BIA positions, and otherwise assisting the BIA in performance of its responsibilities on behalf of affected Indian tribes in the FERC proceedings. (4) For those projects currently in the FERC licensing process, to develop comments for submission to the BIA in response to scoping and other environmental review documents, license applications, and other FERC filings; to assist the BIA in the development, presentation and defense of its positions in those proceedings, and in requesting rehearings. (5) For those projects occupying Indian lands, to conduct appropriate analyses pursuant to section 10(e) of the Federal Power Act (FPA) to determine reasonable annual charges for the project related use of Indian reservation lands, according to methods deemed acceptable to the FERC. Performance of necessary models and studies to support the establishment of recommended charges, preparation of reports and administrative records supporting the charge recommendations, submissions of preferred charge recommendations to BIA, and defense of that recommendation through expert witness services. (6) Such other duties in connection with the FERC licensing process as may be required by BIA to assist it in the performance of its responsibilities under the FPA. Competition is open to small business Indian organizations and Indian-owned economic enterprises as defined at FAR Section 26.101. The maximum size standard is $2.5 million annual average gross revenues for the firm taken for the last three fiscal years, and SIC Code 8711 applies. Relative to firms in team associations, the lead firm must comply with FAR Clause 52.219-14, Limitations on Subcontracting, in that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The duration of each contract will include a base year and four options for one-year renewals. The maximum ordering limitation each year will be $1,000,000 per contract. The two contracts (one contract per firm) will be awarded on the basis of the evaluation factors stated herein. A separate expression of interest submittal package is required on each contract for which the Offeror wants to be considered (original and six copies on 8 1/2" by 11" sheets). Firms must demonstrate the capability to perform all required professional services in their own existing operational production office serving the geographical area covered by their expression of interest as set forth in this solicitation. The geographical areas covered by the first contract are: Eastern Area -- the States of Maine, New York and North Carolina. The geographical areas covered by the second contract are: Western Area -- the States of California, Oregon, Washington, Idaho, Montana, Minnesota, Michigan, and Wisconsin. These contract areas are based on major FERC territories. In addition, the Government will not indemnify the firms against any project liabilities, and the contracts will require such insurance. The A-E team disciplines at a minimum must include hydro-engineering, hydrology, fishery biology and management, economics, archaeology, anthropology, and natural resources protection for lands, soils, vegetation, waters, fish, wildlife, and impacts related to all of the foregoing. The A-E team also must be capable of providing services in these disciplines and areas as credible expert witnesses for administrative and judicial proceedings. In order to avoid potential conflicts of interest during the term of the contracts, the Contractors will not perform services as a consultant regarding FERC matters or as an expert witness, or prepare, assist in the preparation of, or present testimony on behalf of any other party involved in any matter involving the hydroelectric licensing assessment projects covered by these contracts without the express written consent of GSA and BIA. Evaluation criteria for selection are as follows: A. SCREENING CRITERIA (go or no-go). (1) Qualification submissions received before established closing date and time. (2) Firm has operational office(s) serving geographical area(s) of interest (indicate city & state address). To qualify, the Offeror must operate from established premises in leased space or space which it owns, in a professional building or storefront in an area zoned as commercial or industrial. "Established" means that the Offeror's place of business has been functional and regularly used in normal daily professional activities for serving its clientele. (3) Indian preference requirement met. (4) Small business requirement met. (5) Proper expression(s) of interest (Eastern and/or Western area(s) indicated). B. SLATE SELECTION (short listing) CRITERIA. (I) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (30%) (a) Suitability of firm's concentration to type of project work. (b) Depth of team exposure through similar work on other projects. (c) Extent of involvement with environmental issues. (d) Solutions with respect to innovation and alternative methods. Note to Offeror -- Be sure to demonstrate work with Indian reservation land uses; water, fish, wildlife concerns; cost projections, controls, and results; coordination of similar tasks; reporting, documentation, and submissions. (II) PAST PERFORMANCE (25%) (a) Ability to perform within budget and control costs. (b) Quality of work (technical achievement). (c) Satisfaction of any project schedules. (d) Monitoring of project performance. Notes to Offeror -- Past performance evaluation shall be based on references from three clients on similar projects within the last five years. "Similar" projects are those which are comparable in nature, sizes, types, and dollar values. "Nature" refers to whether the work is primarily investigative, scaled designs, testing, etc. (III) PROFESSIONAL QUALIFICATIONS (20%) (a) Assignments of responsibilities. (b) Relevant experience of individuals on two similar projects in last five years in the job they will perform. (c) Key personnel credentials. (d) In-house project related core disciplines of lead firm compared to team associates, and adequacy of team labor mix. (e) Availability and commitment of key personnel being evaluated. (IV) CAPACITIES OF FIRM (15%) (a) Current workload level and reserve capacity. (b) Programming, scheduling, and cost estimating. (c) Equipment resources and techniques. (d) Developing standards and supporting criteria. (V) OTHER CRITERIA (10%) (a) Development and preparation of drawings and specifications. (b) Familiarity with jurisdictional issues in project area(s). (c) Energy conservation. (d) Tracking performance of 50% of project work across task orders (FAR Clause 52.219-14). Short-listed firms will be sent a draft project scope of work to facilitate responding to the oral presentation requirements. ORAL PRESENTATION. The oral presentationshould provide condensed descriptions of the Offeror's concepts for performing the kinds of work specified in the solicitation. The Offeror's presentation should clearly demonstrate its capabilities and understandings relative to the performance areas set forth below for the lead firm and subcontractors or consultants (if any) as follows: A. PROJECT EXECUTION (50%) (a) Basic technical approach to project study and data collection efforts. (b) Performance of Phases I, II, and III. Familiarity with FERC reviews and issues, and Indian reservation land-use matters. (c) Deliverables. (d) Partnering with others. (e) Feedback and follow-up. (f) Awareness of and avoiding conflicts of interest among project participants and consultants. (g) Problem resolution through situations on similar projects and how the circumstances were handled (kinds of work, problems that arose, remedies used or actions taken) (how Offeror would efficiently handle problems relating to coordination of contract services and project activities, potential impediments to timely project completion, cost containment, etc.). (h) Meetings as to forums, locations, coordination, frequencies, participation, recording of minutes, providing and disseminating information, and follow-up on issues. B. PROJECT IMPLEMENTATION PLAN (40%) (a) Team organization, levels of expertise, and levels of personnel dedication. (b) Project objectives and tasks, and submissions. (c) Unique professional talent and associated support. (d) Coordination and liaisons anticipated with other parties. (e) Project timetable, scheduling, accomplishment and reporting. (f) Facilities and equipment resources, including EDP hardware and software. (g) Cost projections and controls. (h) Management of archaeological areas, historic preservation, cultural and religious issues affecting tribal land use, hazardous materials, etc. C. DATA MANAGEMENT AND STORAGE (10%) (a) Project administration: communications, record keeping system, security, dissemination of information, document tracking, document reproduction, timeliness, and coordination. (b) Extent that computerized and hard copy documentation and files will be used. Short listed firms must furnish a sample from two (2) of the similar projects submitted with the expression of interest within the last five years. Each sample shall include a summary of project scope, abbreviated written coordination and quality control techniques used on the project, an initial versus final (actual) schedule and budget, typical scenario of project management, discussion of constraints and their impacts, change order values and their reasons, description of the actual success of the project, the relevance to the instant Government project, and copies of actual project documents which evidence and demonstrate these project elements. The samples may be returned if requested at the conclusion of the selection process; otherwise, they will be discarded upon contract award. Names, current addresses, and current phone numbers of client contacts from these sample projects are required for verifications of references, and this information must be incorporated into the project documents. No other submittals will be returned. Submit your response documents in an original and six copies on 8 1/2" by 11" sheets. Do not use costly bindings or other marketing materials. Qualified firms are invited to respond by submitting completed and current Standard Forms 254 (not more than 6 months old) and Standard Forms 255 (all personnel listed must be under current W-2 payroll of the listed firms) along with a letter of interest which identifies this announcement to the designated GSA procurement office no later than 30 calendar days after the date of this synopsis. The date of publication counts as the first day. Submit your responses to GSA, Bid Room # 1701, 7th & D Streets, SW, Washington, DC 20407, Attention: Thomas Sherry (WPG). Responses must be timely received in Room 1701 (Bid Room) no later than 3:30 pm local time (EST) of the 30th calendar day. If the 30th day falls on Saturday,Sunday, or a U.S. Government holiday, the deadline is 3:30 pm of the next Government business day. The following information must be on the outside of your envelope or container: solicitation number, project title, due date, and closing time. Late responses are subject to FAR Provision 52.215-10. Specify in Block 4 of the SF-254 whether the firm is or is not an Indian organization or Indian-owned economic enterprise as defined at FAR Section 26.101, or other small business (small, SDB, women-owned). Include in Block 10 of the SF-255 as the last entry the following certification: "I hereby certify that the firm and consultants listed for this project meet the geographic limitations stated in the CBD anouncement for this Posted 07/16/99 (D-SN355174). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0024 19990720\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page