Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1996 PSA#1627

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 CIVIL DESIGN AND ENGINEERING SERVICES FOR PROJECTS AT MILITARY INSTALLATIONS IN THE CARIBBEAN SOL N62470-96-R-8040 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 DD Form 1391 Plus Documents (DD Form 1391 Plus documents is a modified Cost Certification Package), Parametric Cost Estimate (PCE) Documents (PCE is a modified ParametricEstimating and Programming (PEP) which was 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 drawingreview, 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 servicesduring construction for several civil design and engineering projects in the Caribbean. There is likely to be a variety of civil design and engineering services projects added to this contract. The A&E must be able to demonstrate his qualifications(and consultants) (with respect to the published evaluation factors) to perform the following work: (A) Replace/upgrade sanitary lines, potable water lines and stormwater drainage systems; (B) Design of new and resurfacing of existing roads and parkinglots; (C) Design new and repair aircraft runways and taxiway pavements; (D) Install/repair shoreline erosion control measures; (E) Perform property and topographic surveys; (F) Design of new water and fuel storage tanks (above and below ground anddesign of tank removal (above and below ground); (G) Prepare Puerto Rico Environmental Quality Board (EQB) permits in support of designs accomplished; (H) Design security fencing; and (I) Housing Site Upgrades and Recreational Compounds. 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 recent experience in design of projects similar to (A) through (I) above and experiencein design of projects in the Caribbean; and (b) their experience and knowledge of local codes, laws, permits, and construction materials and practices of the geographical areas of the Caribbean; (2) Professional qualifications and technical competencein the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration and ability to provide registration compliance with Puerto Rican environmental law; (b) experience (with present and otherfirms) 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 ability to surge to meet unexpected projectdemands; 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 work to schedules - Firms will be evaluated in terms of impact ofthis workload on the design staff's projected workload during the contract period - anticipate 7 concurrent taskings; (4) Past Performance - Firms will be evaluated in terms of one or more of the following (with emphasis on projects addressed in factornumber 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 internal quality controlprogram 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 and energyefficiency 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); (8) Volume of Work - Firms will be evaluated in terms of workpreviously 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 which offerors 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, or subcontractor. Firms are required to prepare the cost estimate utilizing the computerized CES, thespecifications 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 and toxic waste disposition. Fee negotiationswould 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 must be prepared to accept the aforementioned asa part of their contract responsibility. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government option for the same basic professional skills.The total A&E fee that may be paid under this contract will not exceed $2,000,000; however, the yearly maximum may total up to $1,000,000. 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-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unlessalready 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 yourfirm 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 columnheadings: ''NAME'', ''RELATED PROJECTS 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 beincluded 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, 2August 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 ofqualification statements. The qualification 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.--Thisproposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested 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.(0179)

Loren Data Corp. http://www.ld.com (SYN# 0029 19960628\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page