Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1996 PSA#1658

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 PERSONNEL SUPPORT AND ADMINISTRATIVE/TRAINING FACILITIES PROJECTS LOCATED IN VIRGINIA AND WEST VIRGINIA SOL N62470-96-R-8043 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 of DD Form 1391 Plus and Parametric Cost Estimate (PCE) documentation (a DD Form 1391 Plus is preparation of basic project documentation including the DD Form 1391; a PCE isenhancement of basic documentation, and includes economic analyses of alternatives and estimated utilities impacts), plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawingpreparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation services during construction forPersonnel Support and Administrative/Training Facilities Projects in Virginia and West Virginia. The contract includes the preparation of cost data using the Naval Facilities Engineering Command's (NAVFACENGCOM) Computer Estimating System (CES), DDForms 1391, Witness Data and site plan preparation formatted in a preliminary engineering documentation. The work may also include surveying, soil borings, hazardous materials identification, and energy computations. The preliminary engineeringdocument forms the basis of cost and scope programming for Congressional submission or budget adjustments. Projects can be categorized as Personnel Support Facilities and Administrative/Training Facilities Projects and shall include, but not be limitedto: mess halls, child development facilities; chapels, bowling alleys, hobby shops; administrative/training facilities such as offices, classrooms, communications centers and laboratories; general building renovation work, i.e., repair/replacement ofroofs, windows, doors, building additions and construction of minor new facilities; and conduct Life Cycle Cost Analyses and Life Safety Code Studies and interior space planning/design studies. Firms responding to the announcement must show a range ofexperience consistent with this description and consistent with the evaluation factors provided below. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications in the SPECSINTACT system format, and all drawingsshall be submitted 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 ofplans 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 contract responsibility. The A&E must demonstratehis 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 terms of: (a) their past experience with regard to the design of personnel support facilities andadministrative/training facilities projects; (b) experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning and Design Criteria, and NAVFAC GuideSpecifications; (c) knowledge of local codes, laws, permits and construction materials and practices of Virginia and West Virginia; and (d) the firm's experience in providing construction phase services (shop drawing review, as-built drawingpreparation, Quality Assurance Plan (QAP) preparation, construction inspection services, and OMSI); (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; (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 toensure 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), and personnel roles in organization; (3) Ability toperform 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 during the contract period; (4) Past Performance - Firmswill 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 and specifications - list key personnel responsible; (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) - 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 to the firm by DOD with theobjective 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 DisadvantagedBusiness, 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 black college and university, orminority institution in performance of the contract, whether as joint venture, teaming arrangement, or subcontractor. 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 may be 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 tofirms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is November 1996.--Architect-Engineer firms which meet the requirements described inthis 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 especiallyqualified based upon synopsized 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 thefollowing 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 andcontinue 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 acurrent SF 254 on file with this office and those responding by 4:00 p.m. EST, 17 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 beaccepted. Firms responding to this advertisement 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 theindividuals 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 sizestandard classification is SIC 8712 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.(0225)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960813\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page