Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16,1996 PSA#1510

DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER, ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET, NORFOLK, VIRGINIA 23511-2699

C -- A-E SERVICES FOR MCON PROJECTS P-111, AIRCRAFT MAINTENANCE HANGAR; P-112, AIR CARGO TERMINAL; AND P-196, AIR PASSENGER TERMINAL, U.S. NAVAL SUPPORT ACTIVITY, NAPLES, ITALY SOL N62470-96-R-8011 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,s, cost estimates, related studies, and all associated engineering services. Options will be established for final design, shop drawing review, and as-built drawing preparation. 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 Maintenance Support Information (OMSI). The anticipated design start date is March 1996 with designcompletion by June 1998; construction inspection services if required start in March 1997 and end June 2000; preparation of OMSI if required may begin in March 1997 and be completed by December 2000. Project P-111 is a Type C steel framed AircraftMaintenance Hangar to house repair functions as well as support functions of mission assigned aircraft and ground support equipment. Portions of the facility other than the high bay maintenance area will be air conditioned. The facility includesvarious shops, storage and administration spaces. Project P-112, Air Cargo Facility is a multi-use facility consisting of air cargo functions, fleet mail center, defense courier service, defense mapping agency, and the Sixth Fleet Band. The facilityconnects to an existing supply warehouse and processes bulk cargo and mail. Special building features include a material handling system, freight elevators, loading dock, classified storage vault, vehicle exhaust system and sound attenuation. Portionsof the facility other than the high bay cargo area will be air conditioned. Project P-196, Air Passenger Terminal includes passenger embarkation/debarkation operations, baggage conveyance, food service and administrative spaces to house air operationsfunctions. All projects must comply with U. S. and Italian building codes, life safety and handicapped requirements. Seismic Zone 3 criteria applies. All facilities must comply with the Base Exterior Architectural Plan (BEAP), and will connect to theexisting aircraft parking apron and Basewide utility system. Various existing facilities will be demolished and relocated in conjunction with these projects. The A&E must demonstrate his and each key consultant's qualifications with respect to thepublished evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesser importance. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated interms of: (a) their past experience with regard to the design of the types of facilities listed above; (b) familiarity with Italian materials, product standards, and legal certification requirements either through staff specific experience andregistration in Italy or through the use of a consultant; (c) experience with designing facilities using the metric system of measurement; (d) the firm's experience in providing construction phase services (shop drawing review, as-built drawingpreparation, Quality Assurance Plan (QAP) preparation, construction inspection services), and preparing operating and maintenance manuals; (e) experience with partnering with Italian construction contractors; and (f) knowledge of local codes, laws,permits and construction 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 (withpresent 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 meetunexpected project 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 utilizein-country consultants 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 ofthis workload on 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) the process forcost control and the key person responsible; and (b) performance ratings/letters of recommendations received; (5) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technicalaccuracy and discipline coordination of plans and specifications - list key personnel responsible; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Firmlocation 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 the contract); (8) Volume of Work - Firms will be evaluated in terms ofwork 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 small disadvantaged business firms and firms that have not had prior DOD contracts;and (9) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be 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, teaming arrangement, or subcontractor. Firms may be required to prepare the cost estimate utilizing the CES format, the specifications 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 andsubsequent preparation of plans and specifications may require definition of removal 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. 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 country firm.--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. GovernmentArchitect-Engineer Qualifications, to the office shown above. 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 theprofessions of architecture or engineering, i.e., State registration 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 WORKEDON'', ''YEAR'', ''FIRM'', and ''TECHNICAL ROLE''. Use Block 10 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. Provide a synopsisof the scope of work, point of contact and telephone number for each 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, 20 February 1996 will be considered. Late responseswill 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 qualificationstatements should clearly indicate the office location where the work 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 anunrestricted 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 smallbusiness and small disadvantaged business subcontracting plan in accordance with FAR Part 19.7, that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate in contract performanceconsistent with its efficient performance.--The small business size standard classification is SIC 8711 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note24. (0011)

Loren Data Corp. http://www.ld.com (SYN# 0012 19960112\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page