Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1996 PSA#1574

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 MCON PROJECT P-375, OILY WASTE/WASTE OIL COLLECTION SYSTEM, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA SOL N62470-96-R-8025 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 Cost Estimate (PCE) (a PCE is preliminary design to the 15% level supported by full site work and related engineering services), plans, specifications, costestimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance SupportInformation (OMSI), construction inspection and engineering consultation services during construction. The anticipated design start date is October 1996 with design completion by July 1997; construction inspection services if required start in December1997 and end December 2000; preparation of OMSI if required may begin in December 1997 and be completed by December 2000. The project includes, but is not limited to: design of a shore oily waste/waste oil (OW/WO) transfer and collection system (shipto shore connections) serving Berths 22-43 and Dry Dock 8 located at the Norfolk Naval Shipyard, Portsmouth, Virginia. It will also provide for the collection of industrially contaminated storm water runoff at Dry Dock 8. The system will consist ofcollection piping routed below grade using open excavations on piers and along the bulkhead. This piping will drain to two collection/transfer (CT) facilities. Each CT will consist of a submersible duplex pump station. The CTs will transfer the OW/WOthrough a force main to equalization tanks. OW/WO will be treated at the new centralized pretreatment facility. Two new 100,000 gallon tanks will be utilized for initial OW/WO equalization prior to being transferred to the centralized pretreatmentfacility. Dry Dock storm water will be pumped with the use of two new portable pumps through a force main to a new 200,000 gallon equalization tank. The storm water will then be treated at the centralized pretreatment facility. A 770 Square Meter(SM) pre-engineered pile supported building will be provided to enclose six existing dissolved air filtration pretreatment units and two ultra-violet (U.V.) peroxide treatment units. The construction of the new building will require the demolition ofBuilding 1440. Asbestos removal may be required in the demolition of Building 1440. The project also includes a new electrical transformer and ductbank and associated site work for the tanks and centralized pretreatment facility. The A&E mustdemonstrate 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 usedas ''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 regard to the design of oily waste/waste oil (OW/WO) transfer andcollection facilities for waterfront and land-based facilities; (b) their past experience in the design of OW/WO transfer facilities under the requirements of NAVFAC Design Manual DM 22, OW/WO Facilities; (c) experience with designing facilities usingthe metric system of measurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning and Design Criteria, and NAVFAC Guide Specifications; and (d) the firm's experience in providing construction phase services (shop drawingreview, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, construction inspection services, OMSI); (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of thedesign 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 forkey personnel to ensure continuity of services and ability to 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 inorganization; (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 interms 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) Quality ControlProgram - 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 success inprescribing 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 appropriate numberof 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 and their knowledge of local codes, laws, permits and construction materials andpractices of the area; (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 andsmall 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 smallbusiness 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 are required to prepare the costestimate 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 may require evaluation and definition of asbestos materials andtoxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement mustbe 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 Fixed Price.--Architect-Engineer firms which meet the requirementsdescribed 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 shown above. In Block 10 of the SF 255, discuss why the firm isespecially 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., 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 WORKED ON'', ''YEAR'', ''FIRM'', and ''TECHNICAL ROLE''. Use Block 10 of the SF 255 to provide any additional informationdesired 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 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 May 1996 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses willbe accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications ofthe 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 are requested from all business concerns.--The small businesssize 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.(0103)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960415\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page