Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1995 PSA#1412

Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231)

C -- ARCHITECTURAL-ENGINEERING SERVICES FOR ARMY VILLAGGIO DELLA PACE REVITALIZATION, CAMP EDERLE, VINCENZA, ITALY SOL N62470-95-R-9027 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. Options will be established for final design, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI),construction inspection services and engineering consultation services during construction. The anticipated design start date is November 1995 with completion of the PEP by 1 June 1996, and design completion by May 1997. The project includes wholeneighborhood revitalization of two and three-bedroom junior Non-Commissioned Officer (NCO) and enlisted two-story duplex/quadplex type family housing units constructed in 1958 to comparable new construction standards. Work includes: interiormodifications to improve kitchen layout, replace cabinets, and add counter space; upgrade and repair plumbing and electrical systems to current standards; install kitchen exhaust vent (200 CFM) and hardwired fire detection system; repair downspouts;construction entry vestibule addition; install exterior building insulation and new insulated roofing membrane to meet energy reduction goals. Enlarge utility access openings and crawl space including new gravel sub-base, and replacement of existingheating distribution lines beneath buildings. Replace existing three-pipe heating distribution network with a four-pipe system to facilitate installation of HVAC system (190 tons). Handicapped provisions may be included for some of the units.Increase storage capacity for personal belongings. 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) are of 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 Army Family Housing; (b) the firm'sexperience in providing construction phase services (shop drawing review, as-built drawing preparation, construction inspection services, operating and maintenance manuals (OMSI)); and (c) knowledge of local codes, laws, permits and constructionmaterials and practices of Italy; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration; (b) experience (with present andother 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 unexpectedproject demands; and (d) organization and office management as evidenced by management approach (management plan for these projects), and personnel roles in organization, in particular, management's approach/plan to engage and utilize in-countryconsultants to assure that design is compatible with in-country materials, standards and codes, and in-country construction practices; (3) Ability to perform the work to schedules noted above - Firms will be evaluated in terms of impact of this workloadon the design staff's projected workload during the design period; (4) Past Performance - Firms will be evaluated in terms of one or more of the following (with emphasis on projects addressed in factor number one): (a) cost control techniques employedby the firm as demonstrated by the ability to establish an accurate project budget and design to this budget 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 duringconstruction; and (c) demonstrated long term business relationships and repeat business with Government and private customers, and performance awards/letters of recommendations received; (5) Quality Control Program - Firms will be evaluated on theacceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications; (6) Firm location and knowledge of the locality of the contract (provided that application of thiscriterion leaves an appropriate number of qualified firms, given the nature and size of the contract); (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 equitabledistribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms willbe evaluated on the extent to which offerors identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution in performance of the contract, whether as joint venture, teamingarrangement, or subcontractor. Firms are required to prepare the cost estimate utilizing 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 asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition ofremoval and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. Estimated construction cost is more than $10,000,000. Type of contract:Firm Fixed Price. Estimated start date is . Section 114 of the General Provisions of the 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 countryfirm.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shownabove. In Block 10 of the SF 255, discuss why the firm is especially qualified 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., Stateregistration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: ''NAME'', ''RELATED PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', and ''TECHNICAL ROLE''. Use Block10 of the SF 255 to provide any additional information desired and continue 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 10point font; every page that is not an SF 254 will be included in the 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 foreach project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 21 September 1995 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither handcarried 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 thework will be performed and the qualifications of the individuals 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 requestedfrom all business concerns.--The small business size standard classification is SIC 8712 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.(0227)

Loren Data Corp. http://www.ld.com (SYN# 0010 19950816\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page