Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1996 PSA#1515

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

C -- ARCHITECTURAL-ENGINEERING SERVICES FOR AIR FORCE PROJECT AJXF963008, REPLACE BOILERS, ADAL HEAT PLANT, BUILDING 1732, ANDREWS AIR FORCE BASE, MARYLAND SOL N62470-96-R-8014 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, all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), the preparationof Operation and Maintenance Support Information (OMSI, )construction inspection and engineering consultation services during construction. The anticipated design start date is April 1996 with completion of the PEP by June 1996, and design completionby December 1996; construction inspection services if required start in January 1997 and end January 2000; preparation of OMSI if required may begin in June 1997 and be completed by June 2000. The project includes the expansion of Building 1732 toaccommodate two packaged 75,000 lb/hr gas/oil-fired boilers plus auxiliaries. The project will be designed in accordance with criteria prescribed in MIL-HDBK 1191 and the Uniform Federal Accessibility Standards. Three existing oil-fired boilers shallbe replaced with three new 35,000 lb/hr packaged gas/oil-fired boilers. The existing underground fuel oil tanks shall be removed and replaced with equivalent capacity aboveground fuel oil tankage. Currently, Andrews Air Force Base west side steamrequirements are met from two separate heat plants alternately used. Both plants are oil-fired. One plant requires considerable boiler work plus extensive structural repairs. The steam plants providing services to the west side of Andrews Air ForceBase are to be consolidated into a single facility. Steam heat shall be provided to industrial, administrative, storage and medical facilities through one heat plant. This facility is to be compatible with the surrounding administrative facilities.Included in this project will be the demolition of the existing 150K gallon aboveground storage tank at Building 1515 and two 50K gallon underground storage tanks at Building 1732. The existing facility and new construction are required to meet theBase Architectural Compatibility Standard. 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 and will be used as ''tie-breakers'' among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regardto the design of new and existing boilers in similar sized heat plants; (b) their past experience in steam plant design with respect to phasing to maintain steam service throughout the construction period; (c) the firm's experience in providingconstruction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, construction inspection services, OMSI); and (e) knowledge of local codes, laws, air permits with the Maryland Department ofEnvironment and construction materials and practices in Maryland; (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 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 abilityto surge to meet unexpected project demands; and (d) organization and office management as evidenced by management approach (management plan for this project), and personnel roles in organization; (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 be evaluated in terms of one or more of the following (with emphasis on projects addressedin factor number one): (a) the process for cost 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 internalquality control program used to ensure technical accuracy 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 andenergy efficiency in facility design; (7) Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) - Firms will be evaluated on their location with respect tothe general geographical area of the contract; (8) 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 small disadvantaged business firms and firms that have not had prior DOD contracts; and (9) Small Business, Small Disadvantaged Business, and Women Owned Business Subcontracting Plan - Firms will be evaluated on the extent to whichofferors identify and commit to small business, small disadvantaged business, and women owned business, historically black college and university, or minority institution in performance of the contract, whether as joint venture, teaming arrangement, orsubcontractor. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scope mayrequire 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 of removal and/or definition ofdisposal process. Firms responding to this announcement 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 FixedPrice.--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, 26 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. --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 Note 24.(0019)

Loren Data Corp. http://www.ld.com (SYN# 0012 19960122\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page