Loren Data Corp.

'

 
 

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

Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095, Attn: Facilities Contracting Department, A&E Management Division, Code 022

C -- A/E SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR VARIOUS SHORE FACILITIES PLANNING PROJECTS IN SOUTHEASTERN VIRGINIA SOL N00187-95-R-7537. Contact Mr. Robert A Lemon, P.E., Contracting Officer, 804/444-4200. Services are required to prepare documentation for Special Projects, Military Construction Projects (MILCON) and Facilities Requirements Plans (FRP's). Facilities Requirements Plans also include Basic Facility Requirements (BFR's) and Engineering Evaluations (EE's). In conjunction with developing the Facilities Requirements Plans, services are required to update all applicable Facility Planning Documents (FPD's). The types of projects which will require Shore Facilities Planning Documentation may include, but not necessarily be limited to the following: Architectural: involves demolition, repairs, maintenance, alterations and new construction, including the Quality of Life and Code requirements, ADA requirements, fire protection requirements, on-site/off-site developments, sidewalks and parking areas. Civil/Structural: involves subsurface investigation, cathodic protection, soil testing, demolitions, repairs, alterations and new construction. Plumbing/Mechanical: involves repair, alterations and new construction of the following types of facility components: (a) utility distribution systems (gas, water, oil, steam, compressed air), above/underground; (b) cathodic protection systems for underground tanks/pipelines, treatment/disposal facilities; (c) heating/ventilating/air conditioning systems; (d) liquid and hazardous waste storage, treatment/disposal facilities; (e) fire protection systems; (f) plumbing system (domestic & industrial waste, potable water, swimming pools); (g) mechanical plants (steam, hot water, compressed air); (h) mechanical systems (elevator, material handling systems, hydraulic systems and industrial process); (i) dust collection and abatement systems; (j) cogeneration parts; (k) underground and above ground storage tank systems; (l) lead and asbestos removal abatement; (m) automatic controls and (n) diesel and gasoline engines. Electrical: involves repairs to indoor/outdoor electrical distribution systems and related equipment, lighting and control circuits, fire alarm and intrusion systems, UPS, energy monitoring systems, cathodic protection systems, effect on electromagnetic radiation on personnel and ordnance, communication and 2-way radio systems and removal of PCB transformer. Archeological and Historical preservation reports and including development of mitigation procedures. This is an indefinite quantity contract where the total contract amount cannot exceed $500K in 12 months. The fee for each project is generally in the range of $5,000 to $25,000. The duration of this contract is one yer from the date of award. There is one year Government option requiring the same basic Shore Facilities Planning documentation expertise. Should the Government exercise the option the same fee limitations as the first year apply. The selected firm must demonstrate qualifications (with respect to the evaluation factors stated herein). The following evaluation factors are pertinent to this contract. Factors (1) through (5) are of equal importance, Factors (6), (7) and (8) are of lesser importance, but will be used to assist in the selection, especially should one or more firms be essentially equally qualified for Factors (1) through (5). Evaluation factors are: (1) Professional qualifications and technical competence of personnel assigned to perform the tasks: Evaluation will be made in terms of: (a) Personnel's experience in the type of work anticipated to be put on this contract and as described above (be specific, give examples, dates and size of relevant project experience). (b) Personnel's knowledge of the general area of Hampton Roads in terms of codes, laws, permit requirements, topography and subsurface conditions, as demonstrated by previous experience. (c) Personnel's professional registration and/or certifications in their area of expertise. (d) Designated role of each person, that will be involved in this contract, in the relevant project listed in Block 8 of the SF 255 (if the firm has multiple office locations, the office location of the individuals must be identified) (also, if several offices will contribute to the performance of this contract and one particular office will serve as the project office, explain how the various team members will coordinate the tasks required, if they are not all relocated to the project office during the performance of this contract. (e) Specific back-up personnel and their qualifications involving similar experience. (2) Firm Qualifications: Evaluation will be made in terms of: (a) Recent experience of the firm in performing similar type work as required by this contract and as described above (be as specific as you can in providing your information). (b) Involvement of management/owners with this contract and their continuity/longevity with the firm. (3) Demonstrated ability to accomplish individual and simultaneous project execution within 3-4 months (give specific examples of ability to perform in a timely manner on similar type work). (4) Past Performance: Firms will be evaluated in terms of: (a) Demonstrated long term relationships and repeat business with Government and private customers. (b) Performance awards received. (5) Quality Control Program: Firms will be evaluated on the acceptability of their quality control program used to ensure technical accuracy and discipline coordination. (6) Firm's Geographical Location: Firms will be evaluated on geographic location regarding accessibility to the Hampton Roads area of Virginia and their demonstrated ability to respond to the demands of this contract (provided that application of this factor leaves an appropriate number of qualified firms). (7) Volume of Work: Firms will be evaluated in terms of work previously awarded by DoD with the objective of effecting an equitable distribution of DoD A&E contracts among qualified firms including small disadvantaged business firms and firms that have not had prior DoD contracts. (8) Primarily Consultants andSub-contractors:Firms will be evaluated on their use of small or disadvantaged or women-owned business firms as consultants or sub-contractors. This ends the evaluation factors. A&E firms meeting the requirements described in the announcement are invited to submit completed current Standard Form 254 (unless already on file with this Command within the past 12 months) and Standard Forms 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 on each evaluation factor given herein. All information must be included within the SF 254 and SF255. Cover letters, spiral and similar bindings with covers, and other attachments are discouraged and will not be considered in the evaluation process. Firms responding to this announcement by close of business (3:45 P.M. EDT) 20 June 1995, will be considered. Firms responding should submit only one copy of the qualifications package. Neither hand carried nor facsimile responses will be accepted. This proposed contract is being solicited on an unrestricted basis, therefore, replies to this announcement are requested from all business concerns. Before award of the contract, the A&E firm, if not a small business concern, shall agree in the contract, by incorporation of an acceptable small business and small disadvantaged business subcontracting plan per FAR Part 19.7, that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate in this contract consistent with its efficient performance. The small business size standard clssification is SIC 8712 ($2,500,000). This is not a request for proposals. Inquiries concerning this contract must mention location and contract number. See Note 24. (131)

Loren Data Corp. http://www.ld.com (SYN# 0018 19950515\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page