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