|
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 -- ARCHITECTURAL-ENGINEERING SERVICES FOR MCON PROJECT P-453, JET
ENGINE TEST CELL MODERNIZATION, NAVAL AIR STATION, OCEANA, VIRGINIA
BEACH, VIRGINIA SOL N62470-96-R-8042 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 preparation plans, specifications, cost estimates, related studies,
all associated engineering services, shop drawing review, 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 services during project construction. The
anticipated design start date isDecember 1996 with completion of the
design by February 1998; PCAS starts in June 1998 with completion in
June 2001; preparation of OMSI if required may begin in August 1998 and
be completed by October 2001. The project includes demolition of
theexisting 74 SM high temperature exhaust silencing system and
construction of a new 317 SM air cooled augmenter. The project
renovates 190 SMs of a permanent single-story jet engine test cell
(Building 1100) which includes an acoustically treated enginetest
enclosure, air intakes with silencers, and structurally isolated
contiguous ancillary building to house the test operator's control
room, fuel room, mechanical equipment room, fire pump room, storage
room, toilet facilities, and related siteimprovements. 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: (a) their
recent experience with regard to the design of jet enginetest cell
facilities and their renovation; and (b) their knowledge and experience
with local codes, laws, permits and construction materials and
practices of Southeastern Virginia; (2) Professional qualifications and
technical competence in the type ofwork required: Firms will be
evaluated in terms of the design staff'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 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 (managementplan for this
project), and personnel roles in organization; (3) Ability to perform
the work to schedules noted above - Firms will be evaluated in terms of
impact of this workload on the design staff's projected workload during
the design 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
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) - Firms will be evaluated on their location with respect
to the general geographical area of the contract; (8) Volume of Work
- Firms will be evaluated in terms of work previously awarded tothe
firm by DOD with the objective of affecting an equitable distribution
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 Business Subcontracting 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
blackcollege and university, or minority institution in performance 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 theSPECSINTACT
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 lead paint. Fee negotiations would
provide for laboratory testingand subsequent preparation of plans and
specifications 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
contractresponsibility. Estimated construction cost is between:
$1,000,000 - $5,000,000. Type of contract: Firm Fixed Price. Estimated
start date is December 1996.--Architect-Engineer firms which meet the
requirements described in this announcement areinvited 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 uponsynopsized evaluation factors; and provide evidence
that your firm 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 informationfor
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
narrativediscussion 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 withthis 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 thisadvertisement are requested to submit
only one copy of qualification 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
onthe 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 and contract number. See Note 24.(0213) Loren Data Corp. http://www.ld.com (SYN# 0018 19960801\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|