|
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,1996 PSA#1644Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095,
Attn: Facilities Contracting Department, A&E Management Division, Code
022 C -- INDEFINITE QUANTITY A&E CONTRACT FOR WATERFRONT STRUCTURAL
ENGINEERING SERVICES AT NAVAL BASE NORFOLK, VIRGINIA AND OTHER
INSTALLATIONS SOL N00187-96-R-7962. Contact Mr. Robert A. Lemon, P.E.,
Contracting Officer, 804/444-4200. Architect and Engineering Services
are required to perform waterfront structural engineering including
preparation of design documents, specifications, costs estimates,
related studies, and all associated engineering for alteration and
repair projects and post construction services. typical projects may
involve repair, alteration, replacement, or new. Firms must demonstrate
their qualifications, with respect to the evaluation factors stated
herein, to perform design and/or inspection services on piers, wharves,
quay walls, bulkheads, fender systems, docks, cleats, bollards,
moorings, sheet pilings, dry docks and other waterfront structures.
Post construction award services may be follow-on to design services,
or could be for projects under construction designed by others. A seed
project has not been designated for this indefinite quantity contract.
The type of contract is firm fixed price. The initial period is for 12
months or $1,000,000 fee from the time of contract award. There is a
Government option for the same services that may be exercised when
initial award conditions have been completed. The estimated
construction costs of most projects is normally $100,000 to $2,000,000.
Studies normally are in the range of $10,000 to $50,000. The Government
reserves an option to award construction inspection services. The firm
must demonstrate its and each key consultant's qualifications with
respect to the established evaluation factors as stated herein.
Evaluation factors (1) through (5) are of equal importance; factors (6)
through (9) are of lesser importance, but will be used to assist in the
selection, especially should one or more firms be essentially equally
qualified for Factors (1) through (5). Specific evaluation factors are:
(1) Professional qualifications and technical competence of the
designated project team: Firms will be evaluated in terms of; (a)
Project team (includes consultants) experience involving waterfront
structural engineering projects of a size and type commensurate with
those anticipated for this contract (include an individual's experience
with this firm or other firms provided it is relevant). (b) Project
team's knowledge of the general area of Naval Base Norfolk and
Southeastern Virginia in terms of codes, laws, permit requirements,
construction materials, general practices, topography and subsurface
conditions, as demonstrate by previous project experience. (c) Project
team's active professional registration and/or certifications in their
individual area of expertise. (d) Specific involvement of each team
member in the relevant projects listed in Block 8 of the SF 255 (if the
firm has multiple office locations, the location of the design team
members must be identified) (also, if several offices will contribute
to the project team and one particular office will serve as the project
office, explain how the various team members will perform the tasks
required, if they are not all relocated to the project office during
the performance of this contract). (e) Designation of back-up personnel
(include consultants) and their qualifications. (2) Firm
Qualifications: Evaluation will be made in terms of; (a) Recent
waterfront structural engineering project experience (1991-1996)
similar to the type of work as required by this contract, and as
explained previously (be as specific as you can in providing your
information, including dates and locations). (b) Involvement of
management personnel with this contract and their continuity with the
firm. (c) AutoCAD Release 13 or higher format capability. (3) Ability
to accomplish the work; (a) Demonstrated ability to accomplish similar
projects as anticipated for this contract in a 3-4 month time frame
after award (give specific examples). (b) Demonstrated ability to
manage multiple projects at various stages of design while maintaining
quality and meeting established completion schedules. (4) Past
performance: Firms will be evaluated in terms of; (a) Cost estimating
ability as demonstrated by comparison of waterfront structural
engineering design cost estimates with the low bid on similar size and
type design projects (give specific examples) (show costs, and the
difference as a percentage). (b) Ability to prepare cost estimates in
the computerized CES format, and specifications using SPECSINTACT. (c)
Experience with projects involving metric measure (give specific
examples). (d) Demonstrated long term relationships and repeat business
with Government and private customers. (e) Recent performance awards
received. (5) Quality control program: Firms will be evaluated on the
acceptability of their quality control program used to ensure technical
accuracy and discipline coordination of designs, plans, specifications,
cost estimates, and reports/studies (an adequate summary of the program
is requested, please do not submit copies of the entire program). (6)
Firm's geographical location: Firms will be evaluated on geographic
location as regards to accessibility to the Naval Base Norfolk,
Virginia and their demonstrated ability to respond to the demands of
this contract in a timely manner (provided that application of this
factor leaves an appropriate number of qualified firms). (7) Volume of
work: Firms will be evaluated in terms of work previously awarded by
DOD with the objective of effecting an equitable distribution of DOD
A&E contracts among qualified firms, including small disadvantaged
business firms and firms that have not had prior DOD contracts. (8)
Primary Consultants and Sub-contractors: Firms will be evaluated on
their use of small or disadvantaged or women-owned business firms as
consultants or sub-contractors. (9) Firms will be evaluated on their
experience with projects that provide for the use of recovered
materials to achieve waste reduction, and, use of energy-efficiency in
facility designs. This ends the evaluation factors. Digital graphics
data base of site survey may be required; if so, the survey and all
drawings forming a part thereof shall be submitted in an AutoCAD
Release 13 or higher format. The contract scope may required evaluation
and definition of asbestos or lead materials and toxic waste
disposition. A&E firms meeting the requirements described in this
announcement are invited to submit completed current Standard Forms 254
(unless already on file with this office within the past 12 months) 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 on each evaluation factor given herein. All
information must be included within the SF 254 and 255; cover letters,
bindings and covers, and other attachments are discouraged and are not
considered in the evaluation process. FIRMS RESPONDING TO THIS
ANNOUNCEMENT BY CLOSE OF BUSINESS (3:45 PM EST) AUGUST 23, 1996, WILL
BE CONSIDERED. Firms responding should submit only one copy of the
qualifications package. Neither hand carried nor facsimile responses
will be accepted. Courier delivered packages should be sent to
Facilities Contracting Department, A&E Management Division, First
Floor, Building Z-140, Naval Base Norfolk, Virginia. This proposed
contract is being solicited on an unrestricted basis, therefore,
replies to this notice are requested from all business concerns. Before
award of the contract, the A&E, if not a small business concern, shall
agree in the contract, by incorporation of an acceptable small
business and small disadvantaged business subcontract plan, per FAR
Part 19.7 that small business concerns and small disadvantaged business
concerns shall have the maximum practicable opportunity to participate
in this contract consistent with its efficient performance. The small
business size standard classification is SIC 8711 ($2,500,000). This
is not a request for proposals. Inquiries concerning this contract must
mention location and contract number. See Note 24. (198) Loren Data Corp. http://www.ld.com (SYN# 0016 19960724\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|