Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,1996 PSA#1610

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 PLANNING FOR BASE DEVELOPMENT VISIONS AND FUTURISTIC ENERGY VISIONS FOR NAVAL INSTALLATIONS SOL N62470-96-R-5906 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 both near term and long term (through calendar year 2075) Base Development Visions and Energy Visions at the Naval Activities within the United States, Its Territories and Possessions aswell as overseas U. S. Naval Activities. Services required include comprehensive future-oriented Base Development Visions and Energy Visions. Each Energy Vision shall consider and recommend alternate energy sources; alternate energy transmission anddistribution concepts; public or private or alternative ownership concepts; and innovative risk and gain-sharing concepts among the users and providers. Each Base Development Vision shall consider and recommend alternative land use plans,transportation plans (including intermodal concepts), and facility planning initiatives. Each Vision shall consider the full breadth of emerging technology and likely changes in the world energy environment occasioned by energy deregulations,international free trade, and innovative global business strategies. Each Vision shall be supported by a comprehensive/detailed business and engineering analysis of the financing and programming required to achieve it and full cost comparison ofproposed options. Any enabling legislation required to implement the Visions shall be identified and developed. The program management organization required to execute each Vision and the entity required to operate each Vision for 75 years shall bedefined and described. Each Vision shall be developed on an aggressive schedule. The A&E must detail the experience of the team (both the prime and any consultants/subcontractors) with respect to the published evaluation factors for all services.Evaluation factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance and will be used as ''tie-breakers'' among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will beevaluated in terms of their past experience with regard to large scale energy planning, financing, engineering and management such as for municipalities, large universities, large multi-use industrial complexes, large ports and airfields - we arelooking for a world class planning team with solid experience to develop future oriented Visions that address emerging technology, financing, engineering and long term management as outlined above; (2) Professional qualifications and technicalcompetence in the type of work required: Firms will be evaluated in terms of their recognized expertise and leadership in energy planning and development; active professional registration; overall team experience working together and roles of teammembers as specifically addressed in evaluation factor number one; capability to provide qualified backup for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and organization and office managementas evidenced by management approach (management plan for this contract), and personnel roles in organization; (3) Ability to perform work to schedules - Firms will be evaluated in terms of impact of this workload on the team's projected workload duringthe contract period; (4) Past Performance - Firms will be evaluated in terms of demonstrated long term business relationships and repeat business with Government and private customers, and performance awards/letters of recommendations and evaluationsreceived (with emphasis on projects addressed in factor one); (5) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of planningand engineering services - list key personnel responsible; (6) Firm location and knowledge of the locality of the contract - Firms will be evaluated on their location with respect to the general geographical area of the contract; (7) 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 firmsthat have not had prior DOD contracts; and (8) Small Business 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 minority institution in performance of the contract, whether as joint venture, teaming arrangement, or subcontractor. The duration of the contract will be for one (1) year from the date of an initialcontract 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 this contract will not exceed $5,000,000; however, the yearly maximum may total upto $2,500,000. 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 October 1996.--Architect-Engineerfirms 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 theSF 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., State registration number. Forselection 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 provideany 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 projectlisted 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 July 1996 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposalsnor 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 location where the work will beperformed 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 are requested from allbusiness 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.(0156)

Loren Data Corp. http://www.ld.com (SYN# 0026 19960605\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page