Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688

DEPARTMENT 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 NAPLES IMPROVEMENT INITIATIVE (NII) MAINTENANCE SUPPORT FACILITY AND ADMINISTRATION BUILDING, PHASE III, U. S. NAVAL SUPPORT ACTIVITY, NAPLES, ITALY SOL N62470-96-R-8044 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 Documents (DD Form 1391 Plus documents is a modified Cost Certification Package), Parametric Cost Estimate (PCE) Documents (PCE is a modified ParametricEstimating and Programming (PEP) which was preliminary design to the 15% level supported by full site work and related engineering services), plans, specifications, cost estimates, related studies, all associated engineering services, shop drawingreview, 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 servicesduring construction. The anticipated design start date is 15 January 1997 with completion of the PCE by 15 February 1997, and design completion by 1 June 1998; construction inspection services if required start in November 1997 and end November 2000;preparation of OMSI if required may begin in November 1998 and be completed by June 2001. The NII Maintenance Support Facility will house the public works functions for the U. S. Naval Support Activity, Naples. The facility will include general shopspaces, vehicle maintenance shops, administrative spaces, interior and exterior storage and a separate hazardous material facility with a small office, laboratory and fuel island. This project also includes an Applied Instruction Building for thenstruction Battalion Detachment and contains shops, administrative spaces and bulk storage for construction materials. The Administration Building, Phase III, constructs an addition to the existing administration building and will house variousoperational commands which are being relocated from the Agnano site. Both facilities will be designed in accordance with the Base Exterior Architectural Plan and the Capodichino Development Plan. The A&E must demonstrate his and each key consultant'squalifications 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 equalfirms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to the design of the types of facilities listed above; (b) experience with designing facilities usingthe metric system of measurement; (c) their past experience in the preparation of design/build contracts; (d) the firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP)preparation, construction inspection services), and preparing operating and maintenance manuals; and (e) knowledge of local codes, laws, permits and construction practices Naples, Italy; (2) Professional qualifications and technical competence in thetype of work required: Firms will be evaluated in terms of the design staff's: (a) organization and office management as evidenced by management approach (management plan for these projects), and personnel roles in organization, in particular,management's approach/plan to engage and utilize in-country consultants to assure that the design utilizes in country materials and products, and is compatible with in-country standards and codes and in-country construction practices; (b) activeprofessional registration; (c) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; and (d) capability to provide qualified backup staffing for key personnel to ensurecontinuity of services and ability to surge to meet unexpected project demands; (3) Ability to perform work to schedules noted above - Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during thecontract 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) performanceratings/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) 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 anappropriate number of qualified firms, given the nature 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&Econtracts 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 and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on theextent to which offerors identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution in performance of the contract, whether as joint venture, teaming arrangement, orsubcontractor. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications may be in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scopemay require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition of removal and/or definition ofdisposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. Estimated construction cost is more than $10,000,000. Type of contract: Firm Fixed Price. Estimatedstart date is January 1997. Section 114 of the General Provisions of the annual U. S. Military Appropriations Bill requires that this contract can only be awarded to a U. S. firm or a U. S. firm in a joint venture with a host countryfirm.--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, 30 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 8712 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.(0268)

Loren Data Corp. http://www.ld.com (SYN# 0016 19960925\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page