|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1996 PSA#1650DEPARTMENT 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 FACILITY
INSPECTION/ANALYSIS/DOCUMENTATION, VARIOUS LOCATIONS UNDER THE
COGNIZANCE OF THE NAVAL FACILITIES ENGINEERING COMMAND SOL
N62470-96-R-5908 POC Contact Miss Bayla Mack, 757-322-8271/Mr. Dean
Koepp, Head, Contract Support Branch, 757-322-8270 Architect-Engineer
or Engineering Services are required for inspection of military
facilities, engineering studies, preparation of project documentation,
and short/long-range maintenance and repair program planning
worldwide. The majority of thework will be within the geographical
areas of the Atlantic Division, Naval Facilities Engineering Command
(East Coast United States from Maine through North Carolina; the
Caribbean, Europe and Southwest Asia). Taskings will include the
following:technical inspections (specific and general) and
multi-discipline engineering studies/evaluations (including the
evaluation/investigation of historic resources; preparation of Ozone
Depleting Substances Studies; hazardous materials testing
and/orevaluation of existing data (lead, asbestos, radon, etc.);
execute air quality and biological surveys; and natural resource
evaluations); cost estimating; economic analysis; energy evaluation;
preparing/writing projects and performance work statements;preparation
of drawings and graphics; preparation of computer databases; enter and
manipulate engineering data in the Navy's ''Public Works Management
Automation System (PWMA). Firms and personnel may be required to work
within classified facilities andbe exposed to classified information
that will require a ''Secret'' security clearance. The duration of most
taskings will be six months or less. Firms may be required to prepare
the cost estimates utilizing the computerized CES (when applicable),
andthe specifications in the SPECSINTACT system format. Digital
Graphics database preparation may be required of any site surveys and
conceptual sketches/plans prepared. If so, all drawings forming a part
thereof, shall be submitted in either a .DXF orIGES format on DOS high
density 3 1/2'' floppy disks. The first tasking under this contract
shall be for Inspection of Facilities and Preparation of Report
Documentation at Selected Activities under the cognizance of the
Commander in Chief, U. S. Navy,Europe. 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
lesserimportance 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 their past experience
with regard to conducting ''facility conditioninspections'' of U. S.
Navy and U. S. Marine Corps facilities, preparing technical studies,
preparing performance of work statements; their knowledge of
construction materials and practices of the Region; knowledge of
preparation of maintenancemanagement and repair programs; knowledge of
the Navy's ''Shore Facilities Planning System'', direct use of PWMA
Computer Management System and knowledge of the Navy Public Works
Center's Long Range Maintenance Planning Program; experience with
andknowledge of ''Desktop Publishing''; digital photography experience;
experience with regard to hazardous material identification/testing and
preparation of management plans, air quality testing, biological
sampling, preparation of Ozone DepletingSubstances Management Plans;
and experience in preparation of cost estimates in foreign currencies
using foreign (local) cost guidelines; (2) Professional qualifications
and technical competence in the type of work required: Firms will be
evaluated interms of the technical staff's: active professional
registration; experience (with present and other firms) and roles of
staff members specifically on projects addressed in evaluation factor
number one; and capability to provide qualified backupstaffing for key
personnel to ensure continuity of services and ability to surge to
meet unexpected project demands; (3) Ability to perform work to
schedules and work on multiple taskings concurrently, demonstrated
ability to respond to uniquesituations/requirements concurrently at
multiple overseas locations and on short notice. U. S. Military work
experience in the following locations: U. S. East Coast, Europe, Middle
East, U. S. West Coast, Caribbean, Hawaii, and the Pacific basin -Firms
will be evaluated in terms of impact of this workload on the staff's
projected workload during the contract period; (4) Past Performance -
Firms will be evaluated in terms of (with emphasis on projects
addressed in factor number one)1: costcontrol techniques employed by
the firm as demonstrated by the ability to establish an accurate
project budget and work to this budget; and demonstrated long term
business relationships and repeat business with Government and private
customers, andperformance awards/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; (6)
Demonstratedsuccess 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 of qualified firms, given thenature 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 among
qualified A&E firms, includingsmall 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
offerorsidentify 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, orsubcontractor. 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 maybe 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
FixedPrice 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-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 your firm
is permitted by law topractice 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 column headings: ''NAME'',
''RELATEDPROJECTS 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 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, 6
September 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 of qualification
statements. Thequalification 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.--This proposed contract is beingsolicited 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 thisproject should mention location and
contract number. See Note 24. (0213) Loren Data Corp. http://www.ld.com (SYN# 0016 19960801\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|