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 -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES FOR PROJECTS AT MILITARY INSTALLATIONS IN THE CARIBBEAN SOL N62470-96-R-8008 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 plans, specifications, cost estimates, related studies, all associated engineering services, and post construction support for several projects of an architectural naturelocated in the Caribbean including, but not limited to: Panama, U. S. Virgin Islands, Puerto Rico, and Cuba. The type of architectural design projects expected to be performed under this contract are identified below. The A&E must be able todemonstrate its (and consultants) qualifications (with respect to the published evaluation factors) to perform the following work in community facilities (chapels, theaters, banks, shopping facilities, bowling alleys, child care centers, etc.);personnel housing facilities (Bachelor Enlisted Quarters (BEQ), Bachelor Officers' Quarters); and training facilities (classroom): (a) General building renovation work, i.e., repair/replacement of roofs, windows, doors, ceilings, floors, restrooms, andexterior and interior building finishes; and (b) Building additions and new construction of a minor nature. 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 (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 in terms of: (a) their past experience withregard to the design of the type of work listed above; and (b) knowledge of local codes, laws, permits and construction materials and practices of the Caribbean; (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 and ability to provide registration compliance with Puerto Rican environmental law either within the firm or via consultant; (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 this project), and personnel roles in organization; (3) Capacity to complete up to ten taskings each year (show current and projectedworkload with a plan and schedule on how you propose to accomplish the work) - Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract 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) the process for cost control and the key person responsible; and (b) performance ratings/letters of recommendations received; (5) QualityControl Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications - list key personnel responsible; (6) Demonstrated successin prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriatenumber of qualified firms, given the nature and size of the contract) - Firms will be evaluated on their location with respect to the general geographical area of the contract; (8) Volume of Work - Firms will be evaluated in terms of work previouslyawarded 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) SmallBusiness 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 minorityinstitution in performance of the contract, whether as joint venture, teaming arrangement, or subcontractor. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications in the SPECSINTACT system format, and alldrawings 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 subsequentpreparation 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. Theduration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under thiscontract will not exceed $2,000,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is July1996.--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. Provide a synopsis of the scope of work, point of contact and telephonenumber 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 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 locationwhere 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 an unrestricted basis, therefore, replies to this notice arerequested 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 planin 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 performance consistent with its efficient performance.--The small businesssize 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.(0011)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960112\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page