Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1995 PSA#1373

NORTHERN DIVISION NAVAL FACILITIES ENGINEERING COMMAND, 10 INDUSTRIAL HIGHWAY, MAIL STOP #82, LESTER, PA 19113-2090

C -- ENGINEERING & DESIGN SERVICES FOR ELECTRONIC PLANNING & MANAGEMENT SYSTEMS FOR NAVAL ACTIVITIES IN THE NORTHERN DIVISION 10 STATE AREA SOL N62472-95-D-1397 DUE 071995 POC Contact Point, ANTHONY TETI, (610)595-0643 Professional planning and engineering services are required on an indefinite quantity contract for the development of totally interactive, real-time, electronic activity planning and management systems(ALFA & APMM) at Naval Activities in the states of PA, NJ, NY, DE,CT,MA,RI,NH,VT, & ME. The Activity Planning & Management Model(APMM) originated as an electronic master plan. However, it has expanded. This Command developed tool provides the capability to: access vast data bases, extract specific data to solve a problem, and create alternative solutions in narrative, tabular, and graphic displays. Activity Land & Facilities Assets(ALFA) is an electronic tool developed by this Command for accessing and sorting data. It combines narrative and numerical data bases with a graphic data base, allowing the user to see the data in relation to physical features. These systems will be capable of linking any combination of graphics, text, and data to an activity base map. They will provide the user with up-to-date decision support information displayed on the computer screen. The development of the system will combine traditional planning and management methodologies, with new concepts of data base consolidation and coordination. The proposed system will require a team of professional planners, engineers, and computer system specialists who have a comprehensive understanding of the components of the Navy's Shore Facilities Planning System including: basic facility requirements; evaluation of existing facilities; natural and man-made land planning constraints; land use planning; project documentation; and capital improvement plans. All components of this system will be prepared in accordance with appropriate Dept. of Navy and/or DOD instructions as well as specific instructions contained in the scope of work. The team will be responsible for reviewing and evaluating existing management data bases at the activity to determine the feasibility of uploading and linking them into the graphic system. This team will also be responsible for collection and update of all pertinent data in an acceptable format to be implemented into the new system. The system would take into consideration all presently used design practices when developing new technology to assure the easiest input of changes to infrastructure and physical plant data bases. The final product will be on a computer disk rather than a printed document. The recommended software should be completely compatible with Microstation or as specified in the scope of work. The consultant may also be tasked with providing demonstrations of the system and training for operating personnel. Additional planning services may also be required as part of this contract to support the ALFA and APMM. Additional work may consist of: master plans, CIPs, BFR analysis, engineering evaluations, studies, and mapping. The first task under this contract may be located in either the Naval War College, Newport, RI or the NAS, Brunswick, ME. Options are normally exercised within several months of completing prior work, however, delays are possible. Significant Evaluation Factors (In Order of Importance): 1. Specialized experience of the firm in the development of an electronic planning and management system with regard to Navy Land and Facilities Planning procedures. 2. Professional qualifications of staff to be assigned to this contract (including those of any consultants). 3. Capacity of the assigned team to accomplish the work within the required time constraints. 4. Past performance with respect to quality of work and compliance with performance schedules (emphasis on governmental work). 5. Location of the firm in the general geographical area of the project and knowledge of the locality of the project, provided that there is an appropriate number of qualified firms therein for consideration. 6. List the small or disadvantaged or women-owned business firms used as primary consultants or as subconsultants. 7. Volume of work previously awarded to the firm by the Department of Defense. Estimated Construction Cost: N/A. Type of Contract: Firm-Fixed Price. Estimated Start Date: November 1995. Estimated Completion Date: November 1997. A/E firms which meet the requirements described in this announcement are invited to submit completed Standard Forms 254 and 255 to the office shown above. Firms responding to this announcement by 19 July 1995 will be considered. Respondents may supplement this proposal with graphic material and photographs which best demonstrate capabilities of the team proposed by the project. Do not fax any material. No material will be returned. A minimum quantity of services in the amount of 5% of the contract base year fee is ensured. THERE WILL BE NO DOLLAR LIMIT PER PROJECT. THE TOTAL FEE THAT MAY BE PAID UNDER THIS CONTRACT WILL NOT EXCEED $2,500,000 PER YEAR. A SECOND YEAR OPTION MAY BE EXERCISED AT THE DISCRETION OF THE GOVERNMENT SUBJECT TO WORKLOAD AND/OR SATISFACTION OF A/E PERFORMANCE UNDER THE SUBJECT CONTRACT. This is not a request for proposal. (0171)

Loren Data Corp. http://www.ld.com (SYN# 0013 19950621\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page