|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1996 PSA#1681DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER,
ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET,
NORFOLK, VIRGINIA 23511-2699 C -- INDEFINITE DELIVERY REQUIREMENTS CONTRACT TO DEVELOP FACILITY
SUPPORT CONTRACT SOLICITATION PACKAGES, VARIOUS LOCATIONS UNDER THE
COGNIZANCE OF LANTNAVFACENGCOM AND SOUTHNAVFACENGCOM SOL
N62470-96-R-5916 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 complete
solicitation packages for Facility Support Contracts (FSCs) for service
and construction type work at Various Locations under the cognizance of
the Atlantic andSouthern Divisions, Naval Facilities Engineering
Command. The solicitation package includes, but is not limited to: the
Performance Work Statement inclusive of the Performance Requirements
Summary (PRS) and applicable sketches and drawings;tractual clauses; a
comprehensive Quality Assurance (QA) Plan; and detailed Government
Cost Estimate (GCE). FSC packages will be prepared for stand-alone
single or multi-function contracts, including Base Operating Support
Services (BOSS), and arewritten in either UCF or CSI format. Examples
of such work include, but are not limited to: HVAC maintenance and
repair; buildings and structures maintenance and repair; solid waste
collection and disposal services; elevator maintenance; railfacilities
maintenance and repair; steam plant, water plant, and wastewater plant
operation, maintenance and repair; transportation operation and
maintenance; hazardous waste management services and environmental
laboratory services; custodial andhospital housekeeping services;
grounds maintenance; pest control; housing maintenance; guard services;
and specialized indefinite quantity construction work such as job order
contracts (JOCs); multi-trade construction (MTC); painting; roofing;
paving;fencing; and fender piling. Additionally, engineering services
are required to conduct training courses in Facility Support
Contracting for services mentioned including, but not limited to:
Quality Assurance Evaluator (QAE) Basic, PWS Writing, CostEstimating,
and Small Purchase Technical Requirements. In addition, engineering
services may be required to provide on-site task group participation on
the management studies of activities selected for cost comparison in
response to OMB Circular A-76,which will closely parallel the FSC
package preparation efforts discussed above, as well as development of
a Most Effective Organization (MEO) for an activity; and for
evaluating customer needs/requirements and developing scopes and
estimates for thework to be performed. 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 oflesser
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 their experience in preparation
of FSC packages within the past 5years; (2) Professional
qualifications and technical competence in the type of work required:
Firms will be evaluated in terms of the staff's active professional
registration; multidisciplined technical experience (with present and
other firms) androles of staff members specifically on projects
addressed in evaluation factor number one; capability to provide
qualified backup staffing for key personnel to ensure continuity of
services and ability to surge to meet unexpected project demands;
andorganization and office management as evidenced by management
approach (management plan for this contract), and personnel roles in
organization; (3) Ability to perform work to schedules - Firms will be
evaluated in terms of impact of this workload onthe staff's projected
workload during the contract period; (4) Past Performance - Firms will
be evaluated in terms of the firm's demonstrated long-term business
relationships and repeat business with the Government and private
customers; (5) QualityControl Program - Firms will be evaluated on the
acceptability of their internal quality control program used to ensure
technical accuracy and discipline coordination; (6) Demonstrated
success in prescribing the use of recovered materials and
achievingwaste reduction and energy efficiency in facility design; (7)
Firm location and knowledge of the locality of the contract (provided
that application of this criterion leaves an appropriate number of
qualified firms, given the nature and size of thecontract) - Firms will
be evaluated on their location with respect to the general geographical
area of the contract and their knowledge of local codes, laws, permits
and construction materials and practices of the area; (8) Volume of
Work - Firms willbe 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, including
small and small disadvantaged business firms and firms that have
nothad 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 black college and university, or minority 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 thedate of an initial contract award. The proposed
contract includes four (4) one (1) year Government options for the same
basic professional skills. The total estimated A&E fee that may be paid
under this contract is $5,000,000, the estimated fee peryear is
$1,000,000. No other general notification to firms for other similar
projects performed under this contract will be made. Type of contract:
Firm Fixed Price Indefinite Delivery Requirements Contract. Estimated
start date is December1996.--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
shownabove. 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 to practice the
professions of architecture or engineering, i.e., Stateregistration
number. For selection evaluation factor (1), provide the following
information for only the staff proposed for this work using these
column headings: ''NAME'', ''RELATED PROJECTS WORKED ON'', ''YEAR'',
''FIRM'', and ''TECHNICAL ROLE''. Use Block10 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 telephonenumber 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, 21 October 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. The qualification statements should clearly
indicate the office locationwhere 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 being
solicited on an unrestricted basis, therefore, replies to this notice
arerequested 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.(0257) Loren Data Corp. http://www.ld.com (SYN# 0017 19960916\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|