|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1995 PSA#1347Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert
Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231) C -- ARCHITECTURAL-ENGINEERING SERVICES FOR MCON PROJECTS P-441 AND
P-445, AMMUNITION STORAGE FACILITIES, PHASES II AND III, MARINE CORPS
COMBAT DEVELOPMENT COMMAND, QUANTICO, VIRGINIA SOL N62470-95-R-9018 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 preparation of cost certification documents,
Parametric Estimating and Programming (PEP) (a PEP is preliminary
design to the 15% level supported by full site work and related
engineeringservices), plans, specifications, cost estimates, related
studies, and all associated engineering services. The initial award
shall be for design of MCON Project P-441, Ammunition Storage Facility,
Phase II; and cost certification documents for MCONProject P-445,
Ammunition Storage Facility, Phase III. Options will be established for
PEP and design for Project P-445; and post construction award services
(PCAS) (i.e., shop drawing review, and as-built drawing preparation)
for both projects. TheGovernment will reserve the option to negotiate
Quality Assurance Plan (QAP) preparation (provides construction
contract inspection requirements) for both projects. The anticipated
contract start date is July 1995 with design completion for Phase
II(Project P-441) by September 1996 and for Phase III (Project P-445)
by September 1997. The cost certification documents include preparation
of cost data using the Naval Facilities Engineering Command's
(NAVFACENGCOM) Cost Estimating System (CES), DDForm 1391, Witness Data
and site plan preparation formatted in a preliminary engineering
documentation. The preliminary engineering documentation forms the
basis of cost and scope programming for Congressional submission or
budget adjustments. Theprojects are comprised of ammunition storage
facilities and civil site development; general renovation work related
to these structures; and studies concerning life safety codes. The A&E
must demonstrate his and each key consultant's qualificationswith
respect to the published evaluation factors for all services.
Evaluation factors (1) through (5) are of equal importance; factors (6)
and (7) are of lesser importance. Specific evaluation factors include:
(1) Specialized Experience - Firms willbe evaluated in terms of: (a)
their past experience with regard to the civil site design of
ammunition storage facilities and site quantity - distance separation
requirements planning; (b) their past experience with regard to the
preparation of budgetcost or cost certification documentation as
required by the Navy; (c) experience with designing facilities using
the metric system of measurement as required by the NAVFACENGCOM
Metrication Conversion Policy for Design, Planning and Design
Criteria,NAVFAC Guide Specifications; and (d) the firm's experience in
providing construction phase services (shop drawing review, as-built
drawing preparation, Quality Assurance Plan (QAP) preparation); (2)
Professional qualifications and technical competencein the type of work
required: Firms will be evaluated in terms of the design staff's: (a)
active professional registration; (b) experience (with present and
other firms) and roles of staff members specifically on projects
addressed in evaluationfactor number one; (c) capability to provide
qualified backup staffing for key personnel to ensure continuity of
services and ability to surge to meet unexpected project demands; and
(d) organization and office management as evidenced by
managementapproach (management plan for this project), and personnel
roles in organization; (3) Ability to perform the work to schedules
noted above - Firms will be evaluated in terms of impact of this
workload on the design staff's projected workload during thedesign
period; (4) Past Performance - Firms will be evaluated in terms of one
or more of the following (with emphasis on projects addressed in
factor number one): (a) cost control techniques employed by the firm as
demonstrated by the ability toestablish an accurate project budget and
design to this budget as evidenced by the low bid amount; (b) the
firm's quality of work as demonstrated by the history of design related
change orders issued during construction; and (c) demonstrated long
termbusiness relationships and repeat business with Government and
private customers, and performance awards/letters of recommendations
received; (5) Quality Control Program - Firms will be evaluated on the
acceptability of their internal quality controlprogram used to ensure
technical accuracy and discipline coordination of plans and
specifications; (6) Firm location and knowledge of the locality of the
contract (provided that application of this criterion leaves an
appropriate number of qualifiedfirms, given the nature and size of the
contract) - Firms will be evaluated on their location with respect to
the general geographical area of the contract and their knowledge of
local codes, laws, permits and construction materials and practices of
thearea; and (7) Volume of Work - Firms will be evaluated in terms of
work previously awarded to the firm by DOD with the objective of
affecting an equitable distribution of DOD A&E contracts among
qualified A&E firms, including small and smalldisadvantaged business
firms and firms that have not had prior DOD contracts. Firms are
required to prepare the cost estimate utilizing the computerized CES,
the specifications in the SPECSINTACT system format, and all drawings
shall be submitted in anAutoCAD compatible format. The design contract
scope may require evaluation and definition of asbestos materials and
toxic waste disposition. Fee negotiations would provide for laboratory
testing and subsequent preparation of plans and specificationsmay
require definition of removal and/or definition of disposal process.
Firms responding to this announcement must be prepared to accept the
aforementioned as a part of their contract responsibility. Estimated
construction cost is between:$1,000,000 - $5,000,000. Type of contract:
Firm Fixed Price.--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-Engineer Qualifications, 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 topractice the professions of architecture 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'',
''RELATEDPROJECTS 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 and back 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. Providea 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, 19 June 1995 will be considered.
Lateresponses will be handled in accordance 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. Thequalification statements should clearly
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
beingsolicited on an unrestricted basis, therefore, replies to this
notice are requested from all business concerns.--The small business
size standard classification is SIC 8711 ($2,500,000).--This is not a
request for proposals. Inquiries concerning thisproject should mention
location and contract number. See Note 24. (0132) Loren Data Corp. http://www.ld.com (SYN# 0017 19950515\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|