Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1995 PSA#1261

Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231)

C -- PLANNING FOR FUTURISTIC ENERGY VISION FOR ACTIVITIES LOCATED IN HAMPTON ROADS, VIRGINIA SOL N62470-95-R-6000 POC Contact Miss Bayla Mack, 804-444-9676/Mr. Dean Koepp, Head, Contract Support Branch, 804-444-9582 Architect-Engineer or Engineering Services are required for both a near term and a long term (through calendar year 2075) Energy Vision at the Naval Base, Norfolk, Virginia. The Government shall maintain the option to incorporate other Navalactivities in the Hampton Roads, Virginia Area into the overall Energy Vision as a negotiated future phase to this contract. Services required include a comprehensive, future-oriented Energy Vision. The Vision shall consider and recommend alternateenergy sources; alternate energy transmission and distribution concepts; public or private or alternative ownership concepts; and, innovative risk and gain-sharing concepts among the users and providers. The Vision shall include near term options, atransition strategy, and a comprehensive timeline to achieve it with a supporting plan of action and milestones. The Vision shall consider the full breadth of emerging technology and likely changes in the world energy environment occasioned by energyderegulation, international free trade, and innovative global business strategies. The Vision shall be supported by comprehensive business analysis of the financing and programming required to achieve it and full cost comparison of proposed options.Any enabling legislation required to implement the Vision shall be identified and developed. The program management organization required to execute the Vision and the entity required to operate the Vision for 75 years shall be defined and described.The Vision shall be developed on an aggressive schedule with a final draft available within 180 days of notice to proceed. The A&E must demonstrate its and each key consultant's qualifications with respect to the published evaluation factors for allservices. Evaluation factors (1) through (5) are of equal great importance; factors (6), (7) and (8) are of lesser importance. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of their past experiencewith regard to large scale energy planning, financing, engineering and management such as for municipalities, large universities, large multi-use industrial complexes, large ports and airfields - we are looking for a world class planning team with solidexperience to develop a future oriented Vision that addresses emerging technology, financing, engineering and long term management as outlined above; (2) Professional qualifications and technical competence in the type of work required: Firms will beevaluated in terms of their: (a) Recognized expertise and leadership in energy planning and development; (b) active professional registration; (c) overall team experience working together and roles of team members as specifically addressed inevaluation factor number one; (d) capability to provide qualified backup for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (e) organization and office management as evidenced by managementapproach (management plan for this project), and personnel roles in organization; (3) Ability to perform work to schedules - Firms will be evaluated in terms of impact of this workload on the team's projected workload during the contract period; (4)Past Performance - Firms will be evaluated in terms of demonstrated long term business relationships and repeat business with Government and private customers, and performance awards/letters of recommendations and evaluations received (with emphasis onprojects addressed in factor number one); (5) Quality Control Program - Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of planning and engineeringservices; (6) Firm location and knowledge of the locality of the contract - Firms will be evaluated on their location with respect to the general geographical area of the contract; (7) Volume of Work - Firms will be evaluated in terms of work previouslyawarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent towhich 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. NOTE: We are looking for a world class planning team; therefore, evaluations factors (6), (7) and (8) will likely have minor impact on the ultimate selection unless firms are otherwise evaluated as nearly equal. Type of contract: Firm Fixed Price.Estimated start date is March 1995.--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-EngineerQualifications, 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 ofarchitecture 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 (limited to 30 pages (front andback considered 1 page)--not less than 10 point font; every page that is not an SF 254 will be included in the 30 page count); cover letter and other attachments will not be considered in the evaluation process. Provide a synopsis of the scope of work,point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 15 February 1995 will be considered. Late responses will be handled inaccordance 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 shouldclearly 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. Before award of contract, the Architect-Engineer (if not a Small Business concern) shall agree in the contract, by incorporation of an acceptable small business and smalldisadvantaged business subcontracting plan in accordance with FAR Part 19.7, that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate in contract performance consistent with itsefficient performance.--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.(0010)

Loren Data Corp. http://www.ld.com (SYN# 0019 19950111\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page