Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 24,1999 PSA#2374

Commander, Pacific Division, Naval Facilities Engineering Command, Acquisition Department, Pacific Environment Contracts Division, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134 (Code ACQ0231)

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR PREPARATION OF ENVIRONMENTAL IMPACT DOCUMENTS AND RELATED TECHNICAL SERVICES FOR PROJECTS AND ACTIVITIES AT VARIOUS LOCATIONS, PACIFIC AREA SOL N62742-99-R-1807 POC Ms. Nanette Castro, Contract Specialist, (808) 474-5707 Services include, but are not limited to planning, architect and engineering services and related technical services for the preparation of various environmental impact documents required by the Government for compliance with environmental protection statutes. Such documents include, but are not limited to: (1) Record of Categorical Exclusions (RCE), Environmental Assessments (EAs) and Environmental Impact Statements (EISs) in conformance with the National Environmental Policy Act (NEPA) of 1969 and the regulations of the Council on Environmental Quality that implement NEPA procedures, 40 C.F.R. Parts 1500-1508; (2) Documents required for consistency determination under the Coastal Zone Management Act (CZMA); (3) Documents for consultation under Section 7 of the Endangered Species Act of 1973, Native American Graves Protection and Repatriation Act Regulations (PL 101-601) and Section 106 of the National Historic Preservation Act of 1966; (4) Integrated Natural Resources Management Plans (INRMP) as required by the Sikes Act Improvement Amendments of 1997 and associated NEPA documentation in accordance with Memorandum from the Assistant Secretary of the Navy (Installation and Environment) of 12 Aug 98. Technical services may include preliminary site assessment studies (including topographic, geotechnical, hazardous materials, and infrastructure) associated with the proposed action, civil engineering services, feasibility assessments, and supporting studies on physical, biological, electromagnetic, radio frequency interference, traffic, economic, social and other components of the environment which may be affected by the proposed action. Other technical services may include graphics, preparation of presentation and briefing materials (in electronic format and hard copies), and coordination with government agencies. The contract scope may require evaluation of and definition of asbestos materials, toxic waste disposition and/or pollution control works. If asbestos or hazardous materials exist, the A-E contractor may be required to identify, evaluate and recommend alternative methods for disposal in accordance with applicable rules and regulations. Firms must be prepared to accept the aforementioned as a part of their contract responsibility. The contract will be an Indefinite Delivery/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 contract 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 $1,250,000 total fee, whichever comes first. The Government guarantees a minimum amount of $25,000 for the contract. Should an impasse on price occur over the initial and subsequent projects, the Government will apply the dollar value of the Government estimate for that project or projects towards the minimumguarantee. The Government reserves the option to extend the contract for an additional three (3) years for a total of four (4) years, with a maximum fee of $1,250,000 per year. There will be no future synopsis in the event the options included in the contract is exercised. Estimated date of award is September 1999. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and to provide a fee proposal within ten days afterwards. Proposal 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 the firm and staff proposed for preparing environmental impact documents in accordance with the National Environmental Policy Act (NEPA) of 1969 and the regulations of the Council on Environmental Quality that implement NEPA procedures, 40 C.F.R. Parts 1500-1508 for U.S. Department of Defense,in particular the U.S. Navy, in the Pacific area.; (2) Specialized recent experience and technical competence of firm and particular staff members in the preparation of environmental impact documents to including technical engineering studies and environmental engineering considerations. Specialized experience shall include, but not limited to, knowledge of environmental laws and regulations, biological resources, cultural resources, traffic, noise, and air quality; (3) Capacity to accomplish the work in the required time and ability to handle multiple projects at the same time; (4) Past contract performance with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) A-E firm's design quality control practices/techniques, and demonstrated success in producing quality environmental impact documents; (6) Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically black college or university and minority institution (HBCU/MI) performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor. (7) Location in the general geographical area of the project and knowledge of the locality of the projects; (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 Architect-Engineer contracts among qualified firms and firms that have not had contracts with Department of Defense. IN BLOCK 10 OF THE SF 255 AND ANY ADDENDUM, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE EVALUATION CRITERIA. FOR SELECTION CRITERIA (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. In addition, AE firms shall address their planned potential for use of and past performance in the use of SB, SDB, WOSB and HBCU/MI in Block 10 of the SF255. The statutory Government wide goals for the total value of all prime contract awards per fiscal year are 23% to SB, 5% to SDB, 5% to WOSB and 5% to HBCU/MI. Large business firms who are short-listed will be required to submit a subcontracting plan prior to being interviewed. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. AE firms shall provide their DUNS and ACASS number in Block 3 of the SF255. The contract will require the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. A-E firms that are interested and meet the requirements described in this announcement are invited to submit complete, updated Standard Form (SF) 254, Architect Engineer and Related Services Questionnaire, and SF255 Architect-Engineer and Related Services Questionnaire for Specific Project, to the Commander, PACNAVFACENGCOM, Acquisition Department, Pacific Environmental Contracts Division (ACQ0231) by 2:00 p.m. HST, on July 23, 1999 at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) If hand carrying: Building 223, South Avenue, Pearl Harbor, Hawaii 96860. Label lower right corner of outside mailing envelope with "A-E Services. 99-R-1807". Should the due date fall on a weekend or holiday, Standard Forms 254 and 255 will be due the first workday thereafter. 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. This is not a request for a proposal. Posted 06/22/99 (W-SN345755). (0173)

Loren Data Corp. http://www.ld.com (SYN# 0022 19990624\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page