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