Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1997 PSA#1892

Officer in Charge of Construction, Naval Air Weapons Station, China Lake, California 93555-6100

B -- INDEFINITE DELIVERY TYPE CONTRACT FOR GENERAL ENVIRONMENTAL ENGINEERING SERVICES SOL N62474-97-R-1918 DUE 082097 POC Contact Patricia A. Crom (760) 939-4423, Contracting Officer, Victoria D. Wintjen, (760) 939-4424 SOL N62474-97-R-1918. Contact Patricia Crom (760) 939-4423. Indefinite Quantity General Environmental Engineering Services. Conduct general environmental engineering studies. Using the collected data, submit reports of sufficient quality to ensure compliance with regional, state, federal and other applicable legislative requirements for the Naval Air Weapons Station, China Lake, California. Designs may include preparation of construction documents, including plans, specifications and cost estimates, for remedial efforts. As part of the Engineering Services, there is the possibility of encountering hazardous waste. Additional services, within the general scope, and magnitude, may be added to this contract. The total A-E fee for this contract shall not exceed $500,000 and no single work order will exceed $200,000. Projects to be accomplished under this contract will usually be small to medium in size with fees ranging from $50,000 to $100,000. The firm selected is guaranteed a minimum of $25,000 in fees for A-E services. Individual delivery orders for work to be performed will be negotiated on a project basis. The contract will be for a period of one year with a one year Government option for the same basic services. The option year is limited to the same fee restrictions as the base year. Expected start date is 1 February 1998. Evaluation factors, listed in descending order of importance, are as follows: (1) SPECIALIZED EXPERIENCE: Describe recent (within the past five years) experience with preparation of studies, plans, and miscellaneous reports related to environmental engineering issues including: (a) hazardous waste management and remediation; (b) underground storage tank (UST) remediation; (c) hazardous waste treatment, storage, and disposal (TSD) permitting and management (including Open Burn/Open Detonation (OB/OD) facilities); (d) PCB management and remediation; (e) air emissions permitting and management; (f) biological, ecological, toxicological, archaeology, National Environmental Policy Act (NEPA) documents, and related studies for project planning and permitting efforts; and (g) pollution prevention management (P2). (2) QUALIFICATIONS: Describe professional qualifications of the staff and consultants to be assigned to this contract. As a minimum, describe experience in required elements of work listed above, education and training background, degrees and certifications earned, and professional registration (indicate state or licensing agency and first year registered). (3) CAPACITY: Indicate the firm s proposed staffing, providing names and experience. Briefly describe the firm s system for project scheduling and execution of a given delivery order. Discuss the procedures as to how the project team members gear up when faced with multiple projects that must be accomplished concurrently. Provide the name and experience of the key team member(s) responsible for coordinating these tasks. Describe the computer and software packages to be used in this contract, detailing the firm s (and/or consultants ) experience with Computer Aided Design (AutoCad version 14) and SPECSINTACT with SGML for windows capabilities. (4) QUALITY ASSURANCE: Describe, and identify the team member responsible for, the firms quality assurance practices/techniques. (5) PAST PERFORMANCE: Describe the firm s past experience with respect to cost control, quality of work, and compliance with performance schedules on contracts with government agencies and private industry. DOD performance evaluations will be utilized under this element. (6) PLANS/SPECS EXPERIENCE: Describe the firm s recent (within the past five years) experience of the firm in preparation of construction documents for environmental remedial, reduction, and treatment projects. Plans and specifications will be required to be submitted in AUTOCAD and SPECSINTACT format on magnetic disk. (7) LOCATION: The projects will be at China Lake, California. Address the firm s knowledge of the general geographical area and experience and familiarity with local regulatory agencies. (8) SUBCONTRACTING: List the small disadvantaged or women owned business firms to be used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that reflects a minimum of 5% small disadvantaged business of the amount to be subcontracted out. (9) RECOVERED MATERIALS: Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (10) VOLUME: Provide the dollar value of work previously awarded to the firm by the Department of Defense. Firms will be evaluated with the objective of effecting equitable distribution of contracts among qualified architect-engineer including small and small disadvantaged firms. Address each criteria element in the order given. Refer to each element by name and number. Describe qualifications in Block 10 of the Standard Form 255, using additional sheets as required. Firms which meet the requirements described herein are invited to submit, one copy each, SF 254s (unless already on file with the Naval Air Weapons Station), and SF 255s, U. S. Government A-E Qualifications for Specific Project. Indicate prior names the firm has used in the past three years, the parent company, branch offices, affiliates, associates and subsidiaries. It is requested that interested firms list amount and date of all DOD fees awarded during the last twelve months in Block 9 of Standard Form 255. Firms submitting their SF 255s in response to this announcement by 4:30 p.m. on Wednesday, 20 August 1997, at the Naval Air Weapons Station, China Lake, California (a minimum of 30 days after publication of this announcement) will be considered. Firms having a current SF 254 on file with this office may also be considered. No other general notification to firms for other similar design projects performed under this contract will be made. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. Indicate Contract N62474-97-R-1918 in Block 2b of SF 255. This is not a Request for Proposals. For further information, contract Patricia Crom, (760) 939-4423. (0199)

Loren Data Corp. http://www.ld.com (SYN# 0013 19970722\B-0006.SOL)


B - Special Studies and Analyses - Not R&D Index Page