Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1995 PSA#1404

Atlantic 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