Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1996 PSA#1650

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 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