Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1996 PSA#1628

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 INDUSTRIAL/OPERATIONAL FACILITIES PROJECTS LOCATED IN VIRGINIA SOL N62470-96-R-8037 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 industrial/operational facilities projects in Virginia. The contract includes the preparation of cost data using the Naval Facilities Engineering Command's (NAVFACENGCOM) Computer Estimating System (CES), DD Forms 1391, WitnessData and site plan preparation formatted in a preliminary engineering documentation. The work may also include surveying, soil borings, hazardous materials identification, and energy computations. The preliminary engineering document forms the basisof cost and scope programming for Congressional submission or budget adjustments. Projects can be categorized as Industrial/Operational Facilities and shall include, but not be limited to: aircraft maintenance hangars, vehicle/aircraft maintenancefacilities, warehouses, and public works shops to perform functions such as vehicle and equipment maintenance and repair; fabrication of metal components; painting and finishing; maintenance, calibration and repair of electronics, pipefitting/rigging,carpenter shops, etc. Firms responding to the announcement must show a range of experience consistent with this description and consistent with the evaluation factors provided below. Firms are required to prepare the cost estimate utilizing thecomputerized 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 and toxic wastedisposition. 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 must be preparedto accept the aforementioned as a part of their contract responsibility. 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 ofequal 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 - Firms will be evaluated in terms of: (a) theirpast experience with regard to the design of industrial/operation facilities projects; (b) experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning andDesign 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, construction inspection services, andOMSI); and (d) knowledge of local codes, laws, permits and construction practices of the contract area (Virginia); (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the designstaff'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 for keypersonnel 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 in organization;(3) Ability to perform work to schedules and capacity to accomplish a variation of 5 taskings simultaneously - Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period; (4) PastPerformance - 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 person responsible; and (b) performance ratings/letters ofrecommendations received; (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 plans and specifications - list key personnelresponsible; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Firm location (provided that application of this criterion leaves an appropriate number ofqualified 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 of affecting an equitable distribution of DOD A&E contracts amongqualified 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 onthe 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. 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 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 up to $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-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, 5August 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 8712 ($2,500,000).--This is not a request for proposals.Inquiries concerning this project should mention location and contract number. See Note 24.(0180)

Loren Data Corp. http://www.ld.com (SYN# 0024 19960701\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page