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