Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1996 PSA#1590

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 HOUSING REVITALIZATION, GELA AND PORT LYAUTEY, NAVAL AMPHIBIOUS BASE, LITTLE CREEK, VIRGINIA BEACH, VIRGINIA SOL N62470-96-R-8034 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, and all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan(QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation services during construction. The anticipated design start date isSeptember 1996 with design completion by July 1997; construction inspection services if required start in October 1997 and end September 2000; preparation of OMSI if required may begin in October 1997 and be completed by September 2000. The projectencompasses the whole house revitalization of 260 enlisted homes located at Gela (92) and Port Lyautey (168). The work involves complete renovation of the kitchens to include replacement of cabinets, countertops, sinks, range hoods, dishwashers,disposals and vinyl flooring. Work also includes the renovation of bathrooms by replacing plumbing fixtures, flooring, commode and lavatory, and in the master bathroom installing a tub/shower. Other work includes replacement of flooring in livingrooms, dining rooms, family rooms, bedrooms and hallways with carpeting. Also being replaced are the siding, internal and exterior doors, and electric systems. The perimeter security fence, sewer mains, laterals and secondary feeds will be replaced.Additional landscaping, sidewalks, street lighting, signage, bus stop and storage sheds will be installed. 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 - Firmswill be evaluated in terms of: (a) their past experience with regard to the design of family housing communities; (b) experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication Conversion Policyfor Design, Planning and Design Criteria, and NAVFAC Guide Specifications; (c) the firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, constructioninspection services, OMSI); and (d) firms will be evaluated with respect to their knowledge of local codes, laws, permits and construction materials and practices of the contract area (southeastern Virginia); (2) Professional qualifications andtechnical 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 projectsaddressed 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 unexpected project demands; and (d) organization and office management asevidenced 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'sprojected 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 for cost control and the key personresponsible; 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 technical accuracy and disciplinecoordination 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) Firm location (provided thatapplication 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 of work previously awarded to the firm by DOD with the objective ofaffecting 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 BusinessSubcontracting 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 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 AutoCADcompatible 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 subsequent preparation of plans and specifications mayrequire 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. Estimated start date is September 1996.--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 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 topractice 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'', ''RELATEDPROJECTS WORKED ON'', ''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 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, 11 June 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. Thequalification statements 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 beingsolicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns.--The small business size standard classification is SIC 8712 ($2,500,000).--This is not a request for proposals. Inquiries concerning thisproject should mention location and contract number. See Note 24. (0127)

Loren Data Corp. http://www.ld.com (SYN# 0020 19960507\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page