Loren Data Corp.

'

 
 

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

Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, Bldg. 258, Pearl Harbor, HI 96860-7300 (Code 0231)

C -- INDEFINITE QUANTITY CONTRACT FOR ENGINEERING SERVICES FOR PREPARATION OF ENVIRONMENTAL INVESTIGATIONS, PERMIT APPLICATIONS, AND RELATED STUDIES FOR AIR POLLUTION CONTROL, POLLUTION PREVENTION, SOLID WASTE, AND HAZARDOUS WASTE AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES, PACIFIC AND INDIAN OCE SOL N62742-97-R-0015 POC Mr. Fred Roudebush, Contract Specialist, (808) 471-5038 Correction: The description of this action originally published in the CBD dated Monday, June 30, 1997 and Tuesday, July 8, 1997. The address for the office of receipt of the SF 254s/255s is changed to: "Contracts Dept, Code 0231, Environmental Office Complex, PACNAVFACENGCOM Parking Lot Trailer, Pearl Harbor, HI, 96860-7300." The Contract Specialist for point of contact has changed to "Mr. Fred Roudebush, ph (808) 471-5038." The closing date for receipt of SF 254s/255s, remains unchanged for August 7, 1997 by 2:00 p.m. The corrected synopsis is reprinted in its entirety below. Services include, but are not limited to preparation of environmental investigations, studies, reports, management plans, engineering designs, and permit applications related to air pollution control, pollution prevention, solid waste, and hazardous waste. The firm should have bilingual (Japan & Korea) capability for Far East projects. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) may be required to identify, evaluate and recommend alternate methods for disposal in accordance with applicable rules and regulations. The selected A-E may be required to participate in a pre-fee meeting within ten days of notification and provide a fee proposal within ten days of the meeting. The contract will be of the Indefinite Quantity 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 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 $1,000,000 total fee, whichever comes first. A-E fee per project shall not exceed $400,000. The Government guarantees a minimum amount of $25,000. Should an impasse on price occur over the initial and subsequent projects, the Government will apply the dollar value of the Government estimate forthat project or projects towards the minimum guarantee. The Government reserves the option to extend the contract an additional four years for a total of five years. There will be no further synopsis in the event the options included in the contract are exercised. Estimated date of contract award is September 1997. 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 firm and staff proposed to perform environmental investigations, studies, plans, reports, engineering designs, and permit applications related to air pollution control, pollution prevention, solid waste, and hazardous waste. (2) Specialized recent experience and technical competence of particular staff members in Federal, local regulatory and final governing standards for air pollution control, pollution prevention, solid waste, and hazardous waste. (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) Architect-Engineer firm's quality control practices/techniques. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) 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. (8) 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. (9) Use of Small or Small Disadvantaged or Women-owned Small Business firms shall also be considered. A Subcontracting Plan will be required from large business firms with proposed fee of over $500,000.00. 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 SF 254. The subcontracting plan is required to be submitted as part of the A-E's fee proposal. 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. IN BLOCK 10 AND AN ADDENDUM THERETO, IF NECESSARY, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. FOR SELECTION EVALUATION CRITERION "(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 work will be done and describe the experience and location of those that will do the work. Firms responding to this announcement by August 7, 1997 will be considered. Firms must submit forms to the Contracts Department(Code 0231), Environmental Office Complex, PACNAVFACENGCOM Parking Lot Trailer, Pearl Harbor, HI, 96860-7300 by 2:00 p.m. HST, on August 7, 1997. Firms having a current SF 254 on file with this office may also be considered. This is not a request for a proposal. (0198)

Loren Data Corp. http://www.ld.com (SYN# 0020 19970722\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page