Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1998 PSA#2065

Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699

C -- IQ FOR ENVIRONMENTAL PLANNING & ENGINEERING SERVICES FOR NEPA & EO 12114, ENVIRONMENTAL EFFECTS ABROAD OF MAJOR FEDERAL ACTIONS AT OVERSEAS AREA LOCATIONS UNDER THE COGNIZANCE OF LANTNAVFACENGCOM SOL N62470-98-R-3556 DUE 050698 POC Bayla L. Mack, 757-322-8271 -- Karla H. McGrath, Head, Contract Support Branch, 757-322-8270 E-MAIL: Architect-Engineer, mackbl@efdlant.navfac.navy.mil. Architect-Engineer or Engineering Services are required for the preparation of environmental planning documents in accordance with the National Environmental Policy Act (NEPA) and Executive Order (EO) 12114, Environmental Effects Abroad of Major Federal Actions guidelines and regulations. The preponderance of work on this contract is anticipated to occur within the Atlantic Division, Naval Facilities Engineering Command's Overseas area of responsibility including Iceland, the Caribbean, and Europe (including Engineering Field Activity, Mediterranean areas). However, an order could be issued in the States of Virginia, North Carolina and West Virginia under the Atlantic Division, Naval Facilities Engineering Command's area of responsibility; the District of Columbia and the State of Maryland under Engineering Field Activity, Chesapeake's area of responsibility; and the States of Delaware, Pennsylvania, New Jersey, New York, Connecticut, Rhode Island, Massachusetts, New Hampshire, Maine, Vermont and Ohio under Engineering Field Division, North's area of responsibility. The documents to be prepared under this contract are Environmental Assessments (EA) and Environmental Impact Statements (EIS) under NEPA, as well as Environmental Reviews and Environmental Studies as required under EO 12114. For major Environmental Impact Statements, a draft Environmental Impact Statement may be awarded with an unpriced phase or a priced option for the final Environmental Impact Statement. General guidelines for preparation of the NEPA documents are contained in the Council on Environmental Quality (CEQ) Regulations (40 CFR Part 1500 et. seq.) and Navy Instructions as published, 32 CFR Part 775 and OPNAVINST 5090.1B. Guidance for preparing EO 12114 documents is contained in OPNAVINST 5090.1B, Appendix E. In order to complete these documents some of the following related studies and services may be required: (1) Air conformity analyses under the Clean Air Act; (2) Wetlands delineation and mitigation plans; (3) Cultural resource surveys (both architectural and archeological); (4) Coastal zone management consistency determinations; (5) Endangered Species Action Section 7 consultations, biologic surveys and biological assessments; (6) Community Impact Studies; (7) Environmental Justice analyses; (8) Traffic Studies; (9) Water quality studies to include chemical and physical analysis of dredge material and bioassays; (10) Stormwater Management Studies; (11) Noise impact studies; (12) Toxic and Hazardous Waste Surveys; (13) Public Involvement Strategies; (14) Life Cycle Cost Analyses; (15) Land Use Compatibility (LUC) Plans; (16) Natural Resources Surveys; (17) Translation Services for EA/EIS and Public Notices, particularly those involving actions in Puerto Rico; and (18) Range Hazard Analysis. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (5) are of equal importance; factors (6), (7) and (8) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience -- Firms will be evaluated in terms of their past experience with regard to the preparation of the above listed environmental documents and related studies and their knowledge of environmental regulations unique to the contract area; (2) Professional qualifications and technical competence in the type of work addressed in evaluation factor number 1. Firms will be evaluated in terms of the staff's active professional registration and the capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; (3) Ability to perform the work to schedules and capacity to complete up to 5 major Environmental Impact Statements per year -- Firms will be evaluated in terms of the impact of this workload on the staff's projected workload during the contract period; (4) Past Performance -- Firmswill be evaluated in terms of one or more of the following (with emphasis on projects addressed in factor number one) demonstrated long term business relationships and repeat business with Government and private customers and performance ratings/letters of recommendation received; (5) Quality Control Program -- Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning and engineering services -- list key personnel responsible; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) -- Firms will be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction materials and practices of the area; (7) Volume of Work -- Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan -- Firms will be evaluated on the extent to which offerors identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution in performance of the contract, whether as joint venture, teaming arrangement, or subcontractor. Firms shall submit their subcontracting plan with the Standard Form 255. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government options for the samebasic professional skills. The total A&E fee that may be paid under this contract will not exceed $3,000,000; however, the yearly maximum may total up to $1,500,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. -- Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), 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". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms shall submit their subcontracting plan with the SF 255. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 6 May 1998 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.—This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. -- The small business size standard classification is SIC 8711 ($2,500,000). -- This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24. (0090)

Loren Data Corp. http://www.ld.com (SYN# 0025 19980402\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page