Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671

Southwest Division, NAVFACENGCOM, Environmental Contracts Team/02

C -- ARCHITECT AND ENGINEERING SERVICES -- CONSTRUCTION SOL N68711-00-R-0004 DUE 092800 POC Contract Specialist, Leanora Sili, 619-532-0775, Contract Specialist, Richard R. Lovering, 619-532-0763 WEB: Lea Sili, www.efdsw.navfac.navy.mil. E-MAIL: Lea Sili, SiliLK@efdsw.navfac.navy.mil. A/E SERVICES FOR A FIRM FIXED PRICE, ID/IQ CONTRACT INVOLVING MULTI-MEDIA ENVIRONMENTAL COMPLIANCE STUDIES AND OTHER SUPPORT SERVICES ON NAVY AND MARINE CORPS INSTALLATIONS AT VARIOUS LOCATIONS PREDOMINANTLY IN CA, AND TO A LESSER EXTENT IN AZ, NV, UT, NM, AK, WA, OR, ID, AND MT ATTENTION 8(A) CERTIFIED FIRMS AND UNRESTRICTED FIRMS: The proposed contract described herein is reserved for competition among 8(A) certified firms (certified by the Small Business Administration). However, responses are being accepted from all firms. In the event that responses from 8(A) certified firms are not adequate to establish competition in accordance with the Brooks Act (3 or more qualified firms establishes adequate competition), the solicitation will become unrestricted and all responses will be evaluated. Note: One copy of the submittal package is to be delivered no later than 3:00 p.m. Pacific Standard Time, September 28, 2000 to the following address (Ensure that the outer package is marked for Rick Lovering, CODE 02R1.RL): SOUTHWESTNAVFACENGCOM, Attn: Rick Lovering, CODE 02R1.RL, 1220 Pacific Highway, San Diego, CA 92132-5187. A-E services are required to provide services to Navy and Marine Corps activities to meet their statutory compliance requirements for all of the applicable environmental laws and regulations pertaining to environmental studies and other support services for ongoing operations related to compliance with laws and regulations for air, water, hazardous materials, hazardous waste, solid waste, and petroleum, oils, and lubricants (POL), and pollution prevention. The contractor shall provide these services at U.S. Navy, Marine Corps, and other government facilities predominantly in California, to a lesser extent in Arizona, and to an even lesser extent in Nevada, Utah, New Mexico, Alaska, Washington, Oregon, Idaho, and Montana. The contract will be awarded as a firm fixed-price, indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. The government has the option to extend this contract for four additional option periods (365 calendar days for each option). The maximum quantity for the five-year contract is $40,000,000. A maximum quantity is not specified by year. However, for proposal evaluation purposes, an even distribution of $8,000,000 per year is assumed. The individual delivery order limitation is $1,000,000. The guaranteed minimum contract amount for the base year is $50,000. A/E selection criteria will include (in order of importance): (1) Specialized experience of the firm and/or proposed consultants, that was completed or at least 80% completed in the period between January 1997 to July 2000, in performing simultaneous projects for environmental studies and other support services relating to compliance with laws and regulations for air, water, hazardous materials, hazardous waste, solid waste, and petroleum, oils, and lubricants (POL), and pollution prevention, associated GIS mapping, obtaining environmental permits, and interfacing with regulatory agencies (Federal/ State/ Local) in California predominantly, and to a lesser extent in Arizona. A maximum of 12 projects in total will be evaluated (disregard the DD Form 255 directions to list not more than 10 projects). (2) Professional qualifications and capabilities of the staff to be assigned to this contract. Include experience from January 1995 to July 2000 in performing field investigations and preparing studies/analysis/plans relating to environmental studies and other support services relating to compliance with laws and regulations for air, water, hazardous materials, hazardous waste, solid waste, and petroleum, oils, and lubricants (POL), and pollution prevention, associated GIS mapping, obtaining environmental permits, and interfacing with regulatory agencies (Federal/ State/ Local) in California and Arizona. Experience in California will be weighted more heavily than experience in Arizona. Resumes for key personnel are limited to one page each. (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, and reliability of the firm's quality assurance and quality control program. Document recent awards and commendations (do not submit copies). (4) Location in the general geographic area of Navy and Marine Corps installations in California and Arizona and knowledge of the locality in relation to Navy and Marine Corps installations in California and Arizona. Greater weight will be given to location in proximity to Navy and Marine Corps installations in California than in Arizona, but if proximity to installations in California were comparable with that of other firms, closer proximity to installations in Arizona would be an advantage. (5) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period; and indicate specialized equipment, particularly related to state of the art technology. (6) Use of the following types of businesses: list the small, small disadvantaged, woman-owned, historically black colleges and universities and minority institutions (if applicable), HUBZone, and locally owned (when applicable) small business firms 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 should reflect minimum percentages of total contract value of 23% to small business, 5% to small disadvantaged business, 5% to women-owned business, 5% to historically black colleges and universities and minority institutions, 2% to HUB Zone small business and, when applicable, 10% to locally owned small businesses (applies to BRAC projects and projects performed in remote locations in which the military base is the primary source of employment for the community). To qualify as a locally owned small business, the business must be located in the county that the work is performed or in an adjacent county. Those firms that meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's SF 255. One copy of the submittal package is to be received in this office no later than 3:00 PM Pacific Standard Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for address listed in block 3) and TIN number in block 3, telefax number (if any), internet address (if any) in block 3a and summarize why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office that completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. SF 255s shall not exceed 30 printed pages (double sided are two pages (organizational charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format directed by this synopsis may be negatively evaluated under selection criterion (3). Firms, their subsidiaries or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic, internet, and facsimile SF 255s will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFAR 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://www.ccr2000.com/ The Standard Industrial Code (SIC) for this procurement is 8711 and the annual size standard is $4.0 million. On October 1, 2000, North American Industrial Classification System (NAICS) codes will replace SIC codes. The equivalent code to SIC 8711 will be NAICS code 541330, Environmental Engineering Services. Contact your local SBA office for more information. Contractors may view this announcement on the Internet at http://esol.navfac.navy.mil. Note: Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for discussions. After discussions the selected firms will be ranked in order of preference and negotiations will commence with the most qualified firm. Posted 08/22/00 (D-SN488938). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000824\C-0004.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on August 22, 2000 by Loren Data Corp. -- info@ld.com