Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1996 PSA#1562

COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 10068, NORTH CHARLESTON, SC 29419-9010

C -- INDEFINITE DELIVERY REQUIREMENTS (IDR) FOR A-E SERVICES AT ACTIVITIES INCLUDED HEREIN SOL N62467-96-R-0815 DUE 042996 POC Admin Questions: Ms. Frances J. Mitchell, (803) 820-5749 Three firms will be selected for this solicitation, one for each of the three contracts described herein. No firm will be awarded more than one (1) contract. A separate submittal is required for each contract covered by this solicitation. Firms shall indicate in Block 1 of their SF 255, the contract number for which they wish to be considered. The three contracts shall be for professional A-E services necessary for the type of all projects and studies ordered by the Southern Division, Naval Facilities Engineering Command, Charleston, SC, at the following locations: (1) Contract number N62467-96-R-0815 shall encompass Selfridge Air National Guard Base, Detroit, MI. The anticipated CONSTRUCTION value is between $5-$15M: (2) Contract number N62467-96-D-0816 shall encompass Naval Training Center Complex Great Lakes, IL. The anticipated CONSTRUCTION value is between $45-$60M: (3) Contract number N62467-96-D-0817 shall encompass the Naval Support Activity Memphis, Millington, TN. The anticipated CONSTRUCTION value is between $20-$25M. The work shall include A-E services for all types of new and existing facilities and includes project planning and development (including Primavera planning/scheduling), engineering studies, project designs including preparation of plans in Autocad release 12 or higher (or Intergraph), specifications using SPECSINTACT system, and cost estimates using a government provided Work Breakdown Structures (WBS) system format using the ''Success Estimating and Cost Management System'' program. The following services may be required: study-design packages, design-build packages, collateral equipment lists, project preliminary hazard analysis, obtaining permits and regulatory approvals, surveys (topographpic and boundary), soil investigations, comprehensive interior design, contractor submittal review, construction field inspection and consultation, Title II Services, Operation & Maintenance Support Information (OMSI), and as-built drawing preparation. Some projects will require design in the metric system. Firms must be able to accept project-related work that requires comprehensive asbestos/lead paint survey and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations. THE FOLLOWING PROJECT TYPES AND SERVICES ARE EXCLUDED FROM ALL THREE CONTRACTS: (a) Medical/Dental facilities (except for repairs, alterations or additions not requiring special Medical/Dental facility knowledge), Petroleum Oils and Lubricants (POL) facilities, family housing, forensic investigations, value engineering studies, Navy Environmental Compliance Account (NECA) studies and National Environmental Protection Act (NEPA) studies that will not result in plans and specs, land management, and comprehensive planning studies, and studies/designs that are considered exclusively for either fire protection or moisture intrusion will not be performed under this contract; (b) training facilities, administration facilities, aircraft maintenance facilities, airfield pavements, and utilities and ground improvements with a construction value over $1M will NOT be performed under contract N62467-96-R-0815 until after 30 July 1996 nor under contract N62467-96-R-0817 until after 16 AUG 1996; (c) barracks, galleys, and community facilities with a construction value over $1M will not be performed under contract N62467-96-R-0816 until after 15 July 1996 nor under contract N62467-96-R-0817 until after 16 August. At the discretion of the government, similar work at other bases within the Southern Division Area of Responsibility (AOR) may be included in these contracts, as determined by the Contracting Officer on a case-by-case basis. In the event that a selected A-E firm cannot perform their duties under the terms of the contract due to quality, workload, negotiations or any other problems, a different A-E firm (backup) will be employed to perform the work. The A-E firm selected for N62467-96-D-0816 will be the backup for contract N62467-96-D-0747 for projects at specific sites in Indiana, Kentucky, and Minnesota; and the A-E firm selected for contract N62467-96-D-0817 will be the backup for N62467-96-D-0807 at NAS Meridian, MS. In addition, any of these contracts may be a backup to another contract as deemed necessary by the Contracting Officer. These contracts may use negotiated fee schedules. Contract award is contingent upon availability of funds. The contract period is one year with four one-year options for the complete services described above. Selection Criteria: The following criteria (listed in descending order of importance) will be used for the basis of selection for all three contracts EXCEPT AT NOTED OTHERWISE. The format for responding to each criteria shall be as indicated in lieu of completing Blocks 7,8,9 and 10 in the SF 255. 1. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual design team members which must include in addition to the traditional disciplines (a) an engineer registered in the discipline of fire protection engineering with at least 5 years of full time fire protection experience; (b) a registered communications distribution designer (this is a new professional designation); (c) an engineer or architect with at least 10 years of roofing and waterproofing design experience and who is either a Registered Roofing Consultant (RRC) certified by the Roof Consultant Institute (RCI) or a Certified Roofing Consultant (CRC) certified by the Institute of Roofing Waterproofing Consultants (IRWC); (d) a registered landscape architect; (e) an interior designer qualified by any of the following: National Council of Interior Design Qualifications (NCIDQ), professional member of American Society of Interior Designers (ASID), state registered, state licensed; or a registered architect with five years of interior design experience; (f) a registered engineer with at least 10 years experience in the design of airfield pavements (Contracts N62467-96-D-0815 and N62467-96-D-0817 only); (g) a registered civil or structural engineer with at least 5 years experience in wind and seismic design, and (h) a registered engineer with at least 5 years experience in the design of central steam heating plants and base wide above and below ground steam distribution systems (Contract N62467-96-D-0816 only). Submission Format: Submit a matrix for proposed team(s), including alternates, that contains the following data about the member's assignment: Design team member's name, firm name, office location, proposed team assignment, highest education level/discipline (example: BS, mechanical engineering), type of discipline registration and/or certifications, states of professional registration, number of years of professional experience and number of years with the firm. Also, for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past three years. 2. SPECIALIZED EXPERIENCE: Recent experience (within the past 5 years) of design team members individually AND collectively as a total team (A-E, Client, Outside agencies) in (a) Performing facility planning studies (including DD1391 preparation and parametric cost estimates); (b) designing training facilities, administrative facilities, community facilities, barracks, galleys, industrial facilities, maintenance facilities, airfield pavements, central steam plants, above and below ground steam distribution systems, and utility and ground improvements; (c) designing projects to Navy, Air Force, Army or other DOD agencies criteria; (d) designs using Autocad or Intergraph, SPECSINTACT, and Cost Engineering using the WBS systems and the ''Success Estimating and Cost Management System''; (e) on-site functional analysis and on-site schematics, space programming and parametric cost engineering, and (f) evidence of experience of both the firm and key personnel in comprehensive interior design and knowledge of the related federal acquisition process. SUBMISSION FORMAT: Provide a description of at least three projects with clients' references (point of contact and phone number) for which team members provided a significant technical contribution. Work on these projects must have been done in the last 5 years. Indicate how each project is relevant to the work described herein. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and team members' names shall be across the top row of the matrix. Also, describe the firm's experience with Autocad or Intergraph, SPECSINTACT System and parametric cost engineering. 3. PERFORMANCE: Past performance ratings by Government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control. SUBMISSION FORMAT: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (designate your role: prime, consultant or joint venture partner). These ratings should be dated 1990 or later and should include those for joint venture partners and consultants. Provide a list of relevant projects managed by the proposed project manager(s), and include the following data: client's contact, client's need date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). 4. CAPACITY: (a) Capacity of firm and project teams to accomplish multiple, large and small projects simultaneously and (b) ability to sustain the loss of key personnel while accomplishing work within required time limits. SUBMISSION FORMAT: Submit an organizational chart with the following information: Principal point of contact, project manager, team leaders, the name of each design team member, all team members' assignments, and the name of at least one alternate for each key person. Summarize your plan for starting project development in May 1996 and for simultaneously accomplishing design of multiple projects within one calendar year for approximately $15M of construction value. 5. LOCATION: (a) Knowledge of local site conditions and applicable regulatory requirements and (b) ability of the firm to ensure timely response to requests for on-site support. SUBMISSION FORMAT: Provide a list of recent projects performed by the firm or joint venture partners and appropriate consultants in the Selfridge area for N62467-96-D-0815; in the Great Lakes, IL area for N62467-96-D-0816; and the Memphis, TN area for N62467-96-D-0817. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: Firms will be evaluated on the extent to which they commit to using Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities or Minority Institutions in performance of the contract, whether as a joint venture, teaming arrangement, or consultant. If the successful firm is a Large Business, they will be asked to provide a formal subcontracting plan in accordance with FAR 52.219-9, Small Business and Small Disadvantaged Business Subcontracting Plan, prior to award. SELECTION INTERVIEW REQUIREMENTS: Prior to the selection interview, A-E firms slated must submit their Design Quality Assurance Plan (DQAP). This shall include an explanation of their management approach and commitment to accomplishing numerous small projects (($1M) as well as large projects ()$1M), their commitment to a quality philosophy, specific quality control process, a portfolio of planning studies and design work (both new construction and upgrades to existing facilities), a listing of present business commitments with their required completion schedules, financial and credit references (include name and telephone numbers of officers at their financial institutions), and performance references other than Southern Division, Naval Facilities Engineering Command (include 3 or more with names and telephone numbers of the contract administrators). For consideration, provide one submittal package for each contract including an original SF 255 and SF 254 for the prime and an SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 25 pages (8.5x11 one side), with print size not smaller than 12 pitch font. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on TUESDAY, APRIL 30, 1996. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 254s already on file will be used. Include telefax numbers in Block 3a and Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.671-5. For each contract, label lower right corner of outside mailing envelope with ''A-E Services,(contract number)''. This is not a request for proposal. Site visits will not be arranged during advertisement period. Address all responses to ATTN.: Code 0213FM. (0087)

Loren Data Corp. http://www.ld.com (SYN# 0015 19960328\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page