Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1995 PSA#1394

Engineering Field Activity, Northwest, Naval Facilities Engineering Command, 19917 7th Ave. NE, Poulsbo, WA 98370-7570

C -- A-E CONTRACT N44255-95-C-6161 ARCHITECT-ENGINEERING SERVICES FOR SHIP MODEL ENGINEERING AND SUPPORT FACILITY AT THE NAVAL SURFACE WARFARE CENTER, ACOUSTIC RESEARCH DETACHMENT, BAYVIEW, IDAHO SOL N44255-95-C-6161 POC Mr. D. G. ''Rob'' Mascarin, Contract Specialist, (360)396-0258/Mr. Pat Donnelly, Contracting Officer. DESCRIPTION: Firm fixed-price Architect-Engineer services are required for the preparation of a Parametric Estimating and Programming (PEP) study engineering documentation, and for the design and preparation of plans and specifications for the purpose of bidding and construction of a 2400 square meter Ships Model Engineering and Support Facility located at the Naval Surface Warfare Center, Acoustic Research Detachment, Bayview, ID. This facility will provide a two story and high bay structural steel frame building supported by concrete pile over Lake Pend Orielle. Special construction features of this facility include over water location, concrete piling, 150 ton basket sling ship lift system, moveable bunk system on recessed tracks for transfer of ship models from the shiplift bay to work areas, and mechanical/electrical/electronic laboratory spaces. During performance of the work asbestos, lead paint, hazardous materials/waste, or pollution abatement may be encountered. Preparation of INTERGRAPH Microstation or AUTOCAD compatible computer drawing data on electronic storage media is required. Preparation of computer automated specifications (SPECSINTACT) is required. The estimated construction cost is between $5,000,000 and $10,000,000. SELECTION CRITERIA: Prioritized selection criteria in descending order of importance are: (1) Professional qualifications of the staff to be assigned to this project, including subconsultants, and their respective vocational background in the design of the types of facilities with the special construction features discussed in the DESCRIPTION above. List only the team members who will actually perform major tasks under these projects. Qualifications should reflect the individual's potential contributions to the projects. In Block 4 of the SF-255 (Personnel by Discipline) show the entire proposed team by listing personnel employed by the prime in the blanks provided and personnel from consultants to the left in parentheses. In Block 7 of the SF-255 indicate branch office location of each team member including key consultant's personnel. (2) Recent specialized experience and technical competence of the firm (including consultants) in the design of types of facilities with the special construction features discussed in the DESCRIPTION above. Capability to provide A/E services in Standard International (SI) metric units from planning stages through design and construction. Capability to provide computer drawing data on magnetic media that is compatible with INTERGRAPH Microstation. Do not list more than 10 projects in Block 8 of the SF 255, projects listed should have been completed within the last five years. Indicate which consultants from the proposed team, if any, participated in the design of each project. (3) Design Quality Control Program. Provide information describing the quality control program and key procedures including coordination of subcontractor's quality control program. Include documentation that demonstrates successful application of the quality control program on 3 to 5 of the projects identified in Block 8 in response to criteria (2) above. (4) Past performance on contracts of a similar nature, as discussed in the DESCRIPTION above, with government agencies and private industry in terms of cost control and compliance with performance schedules. Show representative examples of bid prices compared to A/E estimates on recent projects from the planning stage to bid. Show cost control measures taken and office procedures used to ensure design is within boundary limits. List the results of 3 to 5 projects identified in response to criteria (2) above. List recent awards, commendations and other performance evaluations. (5) Capacity to accomplish the work in the required time limits of each project. Demonstrate the ability to complete several complex multidisciplinary delivery orders concurrently (i.e. the impact of this workload on the firm's permanent staff, projected workload during the contract period, the firm's history of successfully completing work in compliance with performance schedules, and the firm's history of providing timely submittals). Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract period. (6) Knowledge of the locality of the project. Demonstrate knowledge of the locality of the areas included in this contract. (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. *** Note: Criteria numbers (8) through (10) shall be used as secondary evaluation factors should the application of criteria numbers (1) through (7) result in firms being ranked as equals. *** (8) Location of the firm in the general geographic area, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (9) Use of small or disadvantaged or women-owned business firms as primary consultants or as subcontractors (10) Volume of work previously awarded by the DoD to the firm. This information shall be recorded in Block 9 of the SF-255 by listing the total amount of prime DoD fees awarded for the previous 12 months. GENERAL INFORMATION: The estimated start date is November 1995. The estimated design completion date is January 1998. A small business/small disadvantaged business subcontracting plan may be required in accordance with FAR 19.702. The Standard Industry Code (SIC) for this procurement is 8711. The small business size standard is $2.5 Million annual average gross revenue for the last three fiscal years. Qualified firms desiring consideration shall submit one copy of an SF-254, an SF-255 including organization chart of key personnel to be assigned to this contract and each subconsultant's current SF-254 to Mr. Steven C. Burke, Code 0211SB, 19917 7th Ave NE, Poulsbo, WA 98370 not later than Close of Business (4:00 p.m. local time) 30 calendar days (first working day following a weekend or holiday) after publication in the Commerce Business Daily. Failure to submit the aforementioned items and the amount of DOD fees awarded to the firm will reflect negatively on the firm's submittal during the evaluation process. Discuss why the firm is especially qualified based on the selection criteria in Block 10 of the SF-255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in Block 8 and list which office is under contract for any contracts listed in Block 9. Use Block 10 of the SF-255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Firms which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Telegraphic and facsimile SF-255's will not be accepted. Site visits will not be arranged during the submittal period. Debriefing requests will not be entertained prior to 45 days after the SF 254/255 submittal due date. This project is open to all business concerns. No additional technical information is available. This is not a request for proposals. (0201)

Loren Data Corp. http://www.ld.com (SYN# 0021 19950721\C-0013.SOL)


C - Architect and Engineering Services - Construction Index Page