|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1995 PSA#1404Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert
Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231) C -- A-E SVCS FOR MCAF PROJ ASHE943802, UPGRADE ELECT DISTRIBUTION
SYS, AVIANO AIR BASE; & ARMY PROJ PN 45348, MAINTENANCE & REPAIR OF
UNDERGROUND ELECT DISTRIBUTION, CAMP EDERLE, VICENZA, ITALY SOL
N62470-95-R-9025 POC Contact Miss Bayla Mack, 804-322-8271/Mr. Dean
Koepp, Head, Contract Support Branch, 804-322-8270 Architect-Engineer
or Engineering Services are required for preparation of Parametric
Estimating and Programming (PEP) (a PEP is preliminary design to the
15% level supported by full site work and related engineering
services), plans,specifications, cost estimates, related studies, and
all associated engineering services for each project. Options will be
established for final design, shop drawing review, as-built drawing
preparation, and engineering consultation services duringconstruction.
The Government will reserve an option to negotiate Quality Assurance
Plan (QAP) preparation (provides construction contract inspection
requirements), construction inspection services, and the preparation of
Operation and MaintenanceSupport Information (OMSI). The anticipated
design start date is October 1995 with completion of the PEP by 30
November 1995, and design completion by 1 May 1996; construction
inspection services if required start in August 1996 and end May
1997;preparation of OMSI if required may begin in April 1997 and be
completed by June 1997. MCAF Project ASHE943802, Upgrade Electrical
Distribution System, Aviano Air Base shall upgrade the primary and
secondary electrical distribution system with auniform system voltage
which will include: construction of new substations with concrete
foundation, walls and roof with clay tile roofing; provision of
associated mechanical and electrical work; retrofitting existing
substations; and construction ofan underground primary and secondary
manhole and duct bank distribution system. The project also includes
removal of an existing high voltage overhead line which is in the way
of future construction. Army Project PN 45348, Maintenance and Repair
ofUnderground Electrical Distribution, Camp Ederle, Vicenza, Italy
shall replace the existing overhead high and low tension electrical
distribution lines with an underground distribution system. Work
includes trenching, backfilling, conduit, and cabling;replacement of
existing street lighting system to meet safety and security lighting
levels; replacement of existing cable television system with a single
wide bank antenna system for each structure, complete; repair and
landscaping of disturbedsurfaces; and all required connections in the
Vicenza Family Housing Area. The A&E must demonstrate his and each key
consultant's qualifications with respect to the published evaluation
factors for all services. Evaluation factors (1) through (5) areof
equal importance; factors (6), (7) and (8) are of lesser importance.
Specific evaluation factors include: (1) Specialized Experience - Firms
will be evaluated in terms of: (a) their past experience with regard to
the design of electrical powerdistribution systems in accordance with
in-country construction and safety standards; (b) the firm's experience
in providing construction phase services (shop drawing review, as-built
drawing preparation, Quality Assurance Plan (QAP)
preparation,construction inspection services, operating and maintenance
manuals (OMSI)); and (c) knowledge of local codes, laws, permits and
construction materials and practices of Italy; (2) Professional
qualifications and technical competence in the type of workrequired:
Firms will be evaluated in terms of the design staff's: (a) active
professional registration; (b) experience (with present and other
firms) and roles of staff members specifically on projects addressed in
evaluation factor number one; (c)capability to provide qualified backup
staffing for key personnel to ensure continuity of services and ability
to surge to meet unexpected project demands; and (d) organization and
office management as evidenced by management approach (management
planfor these projects), and personnel roles in organization, in
particular, management's approach/plan to engage and utilize in-country
consultants to assure that design is compatible with in-country
materials, standards and codes, and in-countryconstruction practices;
(3) Ability to perform the work to schedules noted above - Firms will
be evaluated in terms of impact of this workload on the design staff's
projected workload during the design period; (4) Past Performance -
Firms will beevaluated in terms of one or more of the following (with
emphasis on projects addressed in factor number one): (a) cost control
techniques employed by the firm as demonstrated by the ability to
establish an accurate project budget and design to thisbudget as
evidenced by the low bid amount; (b) the firm's quality of work as
demonstrated by the history of design related change orders issued
during construction; and (c) demonstrated long term business
relationships and repeat business withGovernment and private customers,
and performance awards/letters of recommendations received; (5) Quality
Control Program - Firms will be evaluated on the acceptability of their
internal quality control program used to ensure technical accuracy
anddiscipline coordination of plans and specifications; (6) Firm
location and knowledge of the locality of the contract (provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of thecontract); (7) Volume of Work -
Firms will be evaluated in terms of work previously awarded to the
firm by DOD with the objective of affecting an equitable distribution
of DOD A&E contracts among qualified A&E firms, including small and
smalldisadvantaged business firms and firms that have not had prior DOD
contracts; and (8) Small Business and Small Disadvantaged Business
Subcontracting Plan - Firms will be evaluated on the extent to which
offerors identify and commit to small business andto small
disadvantaged business, historically black college and university, or
minority institution in performance of the contract, whether as joint
venture, teaming arrangement, or subcontractor. Firms are required to
prepare the cost estimateutilizing the computerized CES, the
specifications may be prepared in the SPECSINTACT system format, and
all drawings shall be submitted in an AutoCAD compatible format. The
design contract scope may require evaluation and definition of
asbestosmaterials and toxic waste disposition. Fee negotiations would
provide for laboratory testing and subsequent preparation of plans and
specifications may require definition of removal and/or definition of
disposal process. Firms responding to thisannouncement must be
prepared to accept the aforementioned as a part of their contract
responsibility. Estimated construction cost is between: $5,000,000 -
$10,000,000. Type of contract: Firm Fixed Price. Section 114 of the
General Provisions ofthe annual U. S. Military Appropriations Bill
requires that this contract can only be awarded to a U. S. firm or a U.
S. firm in a joint venture with a host country
firm.--Architect-Engineer firms which meet the requirements described
in thisannouncement are invited to submit completed Standard Forms (SF)
254 (unless already on file) and 255, U. S. Government
Architect-Engineer Qualifications, to the office shown above. In Block
10 of the SF 255, discuss why the firm is especiallyqualified based
upon synopsized evaluation factors; and provide evidence that your firm
is permitted by law to practice the professions of architecture or
engineering, i.e., State registration number. For selection evaluation
factor (1), provide thefollowing information for only the staff
proposed for this work using these column headings: ''NAME'', ''RELATED
PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', and ''TECHNICAL ROLE''. Use
Block 10 of the SF 255 to provide any additional information desired
andcontinue Block 10 narrative discussion on plain bond paper. All
information must be included within the SF 255 (limited to 30 pages
(front and back considered 1 page)--not less than 10 point font; every
page that is not an SF 254 will be included inthe 30 page count);
cover letter and other attachments will not be considered in the
evaluation process. Provide a synopsis of the scope of work, point of
contact and telephone number for each project listed in SF 255 Block 8.
Firms having a currentSF 254 on file with this office and those
responding by 4:00 p.m. EST, 8 September 1995 will be considered. Late
responses will be handled in accordance with FAR 52.215-10. Neither
hand carried proposals nor facsimile responses will be accepted.Firms
responding to this advertisement are requested to submit only one copy
of qualification statements. The qualification statements should
clearly indicate the office location where the work will be performed
and the qualifications of theindividuals anticipated to work on the
contract and their geographical location.--This proposed contract is
being solicited on an unrestricted basis, therefore, replies to this
notice are requested from all business concerns. Before award of
contract,the Architect-Engineer (if not a Small Business concern) shall
agree in the contract, by incorporation of an acceptable small business
and small disadvantaged business subcontracting plan in accordance with
FAR Part 19.7, that small business concernsand small disadvantaged
business concerns shall have the maximum practicable opportunity to
participate in contract performance consistent with its efficient
performance.--The small business size standard classification is SIC
8711 ($2,500,000).--Thisis not a request for proposals. Inquiries
concerning this project should mention location and contract number.
See Note 24.(0215) Loren Data Corp. http://www.ld.com (SYN# 0017 19950804\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|