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 CIVIL DESIGN AND ENGINEERING SERVICES FOR PROJECTS IN VIRGINIA, WEST VIRGINIA AND NORTH CAROLINA SOL N62470-96-R-8041 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 Virginia, West Virginia and North Carolina. There is likely to be a variety of civil design projects added to this contract. The A&E must be able to demonstrate hisqualifications (with respect to the published evaluation factors) to perform the following work: (A) Replace/upgrade deteriorated sanitary collection and treatment systems, potable water supply and distribution systems and stormwater drainage systems;(B) Install security fencing; (C) Install/repair shoreline erosion control measures; (D) Design of new and resurfacing of existing airfields, roads, and parking lots; (E) Perform property and topographic surveys; (F) Facility sitework to includedemolition, layout, site preparation utilities and grading and drainage to include erosion control and obtaining Stormwater Management and Erosion Control Permits; and (G) Preparation of Housing Site Engineering Investigations (SEI) (SEIs) are requiredto improve the accuracy of budget pricing on new Family Housing. The SEI concentrates on the cost areas which historically have proven to be the most vulnerable to unforeseen cost changes during design. The SEI will look at subsoil conditions,topography, utilities, environmental mitigation, and special foundations requirements). 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 - Firms will be evaluated in termsof: (a) their recent experience in design of the above listed work in categories (A) through (G); and (b) their knowledge of local codes, laws, permits and construction materials and practices of the Virginia, West Virginia and North Carolina withexperience in preparation of permits in these areas; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration includingregistration in North Carolina in order to sign and seal permit applications; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (c) capability to providequalified 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 as evidenced by management approach (management plan for this project), andpersonnel 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 duringthe contract 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 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 control program used to ensure technical accuracy and discipline coordination of plans andspecifications - 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 that application of thiscriterion 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 of affecting an equitabledistribution 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 BusinessSubcontracting 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 inperformance 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 besubmitted in an AutoCAD compatible 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 andspecifications may require 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. The duration of the contract willbe 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$3,000,000; however, the yearly maximum may total up to $1,500,000. 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 (unless already on file) and 255, U. S. Government Architect-EngineerQualifications, 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 to practice the professions ofarchitecture 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'', ''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 be included within the SF 255. Provide a synopsis of the scopeof 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, 5 August 1996 will be considered. Late responses will be handled inaccordance 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. The qualification statements shouldclearly 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 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 andcontract number. See Note 24. (0180)

Loren Data Corp. http://www.ld.com (SYN# 0025 19960701\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page