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