Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1998 PSA#2035

Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE, Poulsbo, WA 98370-7570

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEERING CONTRACT FOR ENVIRONMENTAL RESTORATION PROJECTS AT VARIOUS LOCATIONS SOL N44255-98-D-4408 POC Michael T. Leonard, Contracting Officer, (360) 396-0206 This indefinite quantity contract shall be for Architect-Engineer environmental services and studies. The purpose of the contract is to obtain services required to support the Engineering Field Activity, Northwest (EFA, NW). This contract will primarily focus on environmental restoration projects and related work. Projects may be performed at various activities located in, but not limited to, the states of Washington, Oregon, Idaho, Montana, and Alaska. It is anticipated that work will be performed primarily in Washington State and Alaska. The work includes: (a) investigation, sampling, analysis and monitoring of air, groundwater, surface water, soil media, tanks, sediments, the marine environment, and aquatic, benthic, or terrestrial organisms. (b) other engineering services to support all Federal requirements including: The Resource Conservation and Recovery Act (RCRA), Underground Storage Tank (UST) regulations, the National Contingency Plan (NCP), Superfund Amendments Reauthorization Act, Oil and Hazardous Substance (OHS) spill response and spill response planning, etc., and state and local regulations and guidelines. (c) Preparation of RCRA assessments, RCRA corrective measures studies, and RCRA closure plans, preliminary assessments (PA), site inspections (SI), remedial investigation (RI) reports and feasibility studies (FS), environmental baseline surveys (EBS), and action memoranda including ecological and human health risk assessments. (d) Remedial Design (RD), including preparation of remedial action (RA) recommendations, remedial action work plans (RAWP), cost estimates, economic analysis, schedules, and reports. Conduct technical review to ensure the design meets appropriate requirements such as record of decision (ROD). (e) Technical support for public involvement activities. Submission of electronic copies of all paper document submittals will be required during contract performance. PRIORITIZED SELECTION CRITERIA IN DECENDING ORDER OF IMPORTANCE are: (1) Recent Specialized Experience and Technical Competence of the firm (including team subcontractors) in the types of work identified in the DESCRIPTION above. Do not list more than ten (10) projects in Block 8 of the SF-255. Projects listed shall be either current projects or projects completed within the last five (5) years. Indicate which subcontractors (if any) from the proposed team participated in each of these projects. (2) Professional Qualifications of the staff to be assigned to this contract (including subcontractors) and their respective background in the performance of the types of work identified in the DESCRIPTION above. List only team members who will actually perform work under this contract. Qualifications should reflect each individual's skills and abilities in environmental restoration work and his/her potential to contribute to the successful completion of project task orders. In Block 4 of the SF-255 (Personnel by Discipline) show the entire proposed team by listing personnel employed by the prime in the blanks provided and personnel from subcontractors to the left in parentheses. In Block 7 of the SF-255, indicate branch office location of each team member, including subcontractor personnel. (3) Past Performance on contracts of a similar nature, as discussed in the DESCRIPTION above, with Government agencies and/or private industry in terms of quality of work, cost control, and compliance with performance schedules. Identify and describe fully a minimum of three (3) examples of project task orders completed successfully within the last five (5) years as a direct result of the team's efforts. In particular, cite examples of recognition for technical report writing that is clear, concise, and convincing in presenting recommendations. List recent awards, commendations and other performance evaluations received by the team for previous projects similar to those discussed in the DESCRIPTION above. (4) Quality Control Program. Provide evidence of the prime's experience in establishing and utilizing a quality control program, including but not limited to a written plan. Identify and describe key procedures to ensure effective coordination of all project data. Show how all subcontractor's quality control programs are integrated into the prime's QC program for projects similar to those discussed in the DESCRIPTION above. (5) Capacity and Management Plan. Demonstrate the ability to complete several multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the firm's permanent staff, anticipated workload during the contract period, and the firm's history of successfully completing work in compliance with performance schedules). Indicate the firm's present workload and the availability of the proposed subcontractors for the specified contract period. Demonstrate how the prime contractor will manage and coordinate the work of its staff and its subcontractors to produce integrated, cost effective solutions to task order assignments. (6) Location in the general geographic area of the project and knowledge of the locality of the project. ***Note: Criteria number (7) and (8) shall be used as secondary evaluation factors should the application of criteria numbers (1) through (6) result in firms being rated as equal. (7) Use of small/small disadvantaged or women-owned business firms as primary subcontractors. (8) Volume of work previously awarded by the DoD to the firm. This information shall be recorded in Block 9 of the SF-255 by listing the total amount of Prime DoD fees awarded for the previous 12 months. GENERAL INFORMATION: The proposed procurement will result in the award of one fixed-price indefinite quantity contracts. The contract period of performance shall not exceed a base plus two option years or a total contract value of $5,000,000.00, whichever occurs first. For evaluation purposes only, the estimated annual contract usage is $1,650,000.00. The contract minimum guarantee shall be $100,000.00 or the value established by a seed project. Individual delivery orders executed under this contract are not expected to exceed $500,000.00. The estimated start date is August, 1998. A small business/small disadvantaged business subcontracting plan may be required in accordance with FAR 19.702. The Standard Industry Code (SIC) for this procurement is 8711. The small business size standard is $2.5 million annual average gross revenue for the last three fiscal years. Qualified firms desiring consideration shall submit one copy of an SF-254, an SF-255 including organization chart of key personnel to be assigned to this contract, and each subcontractor's current SF-254 to Mr. Michael T. Leonard, Engineering Field Activity, Northwest, Code 021ML, 19917 7th Avenue NE, Poulsbo, WA 98370-7570 not later than close of business (4:00 p.m. local time) 30 days after publication in the Commerce Business Daily. Failure to submit the aforementioned items and the amount of DoD fees awarded to the firm will reflect negatively on the firm's submittal during the evaluation process. Elaborate brochures or other presentations beyond thosesufficient to present a complete and effective response to this announcement are not desired. Telegraphic and facsimile SF-254's and SF-255's will not be accepted. This procurement is open to all business concerns. THIS IS NOT A REQUEST FOR PROPOSALS, and NO solicitation packages or bidders/planholders list will be issued. A listing of delivery orders issued under the predecessor contract is available upon request by faxing Michael T. Leonard at (360) 396-0954. Responses will be provided by fax. No additional technical information is available at this time. (0048)

Loren Data Corp. http://www.ld.com (SYN# 0031 19980219\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page