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