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