Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10, 2001 PSA #2826
SOLICITATIONS

C -- ENVIRONMENTAL PLANNING AND NATURAL RESOURCES

Notice Date
April 6, 2001
Contracting Office
Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE, Poulsbo, WA 98370-7570
ZIP Code
98370-7570
Solicitation Number
N44255-01-R-2001
Response Due
January 5, 2009
Point of Contact
Melanie Powers, (360) 396-0268
Description
THIS PROCUREMENT IS SET ASIDE FOR SMALL BUSINESS CONCERNS. The purpose of this contract is to obtain the services of an interdisciplinary team required to support Environmental Planning and Natural Resources at the Engineering Field Activity Northwest (EFANW) Office. The preponderance of the work to be placed under this contract is expected to be performed in the Puget Sound Area in the state of Washington. Work may also be added and performed anywhere within the EFANW Area of Responsibility (Washington, Idaho, Montana, Nevada, Oregon and Alaska), and other locations as required by the Government. Services shall be accomplished in the contractor's office with the exception of such field investigations and field surveys as are required at the project site. The Government will not provide any direct supervision of the Architect/Engineer (A/E) employees. Tasking under this contract will include the preparation of Environmental Assessments and Environmental Impact Statements, applications for project construction/execution permits, Endangered Species Act Biological Assessments, Integrated Natural Resources Management Plans, Coastal Consistency Determinations, Shoreline Management Act applications, ecological studies in support of environmental documentation, National Historic Preservation Act, Section 106 and 110 documentation, and Range Operations Management Plans and the associated NEPA and Natural Resources analyses for Navy training and RDT&E ranges. PRIORITIZED SELECTION CRITERIA IN DESCENDING ORDER OF IMPORTANCE ARE: (1) Past Performance on contracts of a similar nature, as discussed in the DESCRIPTION above, with Government and Regulatory 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 five examples of project task orders completed successfully within the last five years as a direct result of the team's efforts. In particular, cite examples of recognition for preparation of NEPA or State Environmental Policy Act documentation, Natural Resource documentation, Range operations plans and associated NEPA documentation, and other work that reflects on the ability to manage projects with an environmental interdisciplinary team. List recent awards, commendations and other performance evaluations received by the team for previous projects similar to those discussed in the DESCRIPTION above. (2) Recent Specialized Experience and Technical Competence of the firm (including team subcontractors) in the types of work identified in the DESCRIPTION above. Additional weight will be given to those firms that demonstrate a depth of experience in preparing Natural Resources and Environmental Planning documentation for DoD projects, including Environmental Assessments and Environmental Impact Statements, Endangered Species Act Biological Assessments and applications for project construction/execution permits. Do not list more than ten projects in Block 8 of the SF-255. Projects listed shall be either current projects or projects completed within the last five years. Indicate which subcontractors (if any) from the proposed team participated in each of these projects. (3) PROFESSIONAL QUALIFICATIONS of the staff and consultants to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in the DESCRIPTION above. In block 4 of the SF 255 (Personnel by Discipline), show the entire proposed team by listing personnel employed by the Prime contractor in the blanks provided and personnel from consultants to the left in parentheses. In block 7 indicate the branch office location of each team member. (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 the subcontractor's quality control programs are integrated into the prime's QC program for projects similar to those discussed in criteria 1. (5) CAPACITY of the proposed team to accomplish the work in the required time. 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 and projected workload, and the availability of the proposed team members 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. Ability to respond quickly and coordinate multiple tasks between EFANW and its Activity customers. (6) LOCATION in the general geographic area of the contract and knowledge of the locality of the contract, particularly the Puget Sound Area. ***Note: Criteria number (7) shall be used as a secondary evaluation factor should the application of criteria numbers (1) through (6) result in firms being rated as equal. (7) VOLUME OF WORK awarded by DoD. List the total amount (dollar value) of DoD contract awards as the prime contractor within the past 12 months in block 9 of the SF 255. GENERAL INFORMATION: The proposed procurement will result in the award of one fixed-price indefinite quantity contract. The effective period of the contract shall be a base year plus one option year, or a total aggregate task order value of $2,000,000.00 (two million dollars), whichever occurs first. For evaluation purposes only, the estimated annual contract usage is $1,000,000.00. The contract minimum guarantee shall be $15,000.00. Individual task orders executed under this contract are not expected to exceed $500,000.00. The estimated start date for the contract is August 2001. The North American Industrial Classification System (NAICS) Code for this procurement is 541620 (formerly Standard Industrial Classification (SIC) Code 8748). The small business size standard is $5 million annual average gross revenue for the last three fiscal years. Qualified firms desiring consideration shall submit one copy of an SF-254, and SF-255 including organization chart of key personnel to be assigned to this contract and each subconsultant's current SF-254 to Ms. Melanie Powers, Engineering Field Activity, Northwest, Code 05EK.MP, 19917 7th Avenue, NE, Poulsbo, Washington 98370-7570. The submittal is due not later than close of business (4:00 p.m. local time), 09 May 2001. 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 those sufficient to present a complete and effective response to this announcement are not desired. Email and facsimile SF-254's and SF-255's will not be accepted. This procurement is a small business set aside. See Note 1.
Record
Loren Data Corp. 20010410/CSOL004.HTM (W-096 SN50I5C5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 6, 2001 by Loren Data Corp. -- info@ld.com