Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1995 PSA#1347

Atlantic 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