Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16,1996 PSA#1701

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 MECHANICAL/ELECTRICAL DESIGN AND ENGINEERING SERVICES FOR PROJECTS AT MILITARY INSTALLATIONS IN THE CARIBBEAN SOL N62470-97-R-3000 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 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 construction for several projects of a mechanical/electricalnature. There is likely to be a variety of mechanical/electrical design projects added to this contract. The A&E must be able to demonstrate his qualifications (with respect to the published evaluation factors) to perform the following design work:(a) Replace/repair and new HVAC systems; (b) Replace/repair and new steam generation and distribution systems, compressed gases and plumbing systems; (c) Inspect/replace/repair and new interior and exterior electrical distribution and control systems,including 38 KV systems; (d) Replace/repair fire alarm systems; and (e) replace/repair electrical generators and transformers. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors forall 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) SpecializedExperience - Firms will be evaluated in terms of: (a) their past experience with regard to the design of mechanical/electrical alteration/repair projects and new facilities; (b) experience with designing facilities using the metric system ofmeasurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning and Design Criteria, and NAVFAC Guide Specifications; and (d) knowledge of local codes, laws, permits and construction materials and practices of the geographicalarea of the contract (Caribbean) and obtaining environmental permits in Puerto Rico; (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 professionalregistration including registration in Puerto Rico either within the firm of via consultant for projects in Puerto Rico; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factornumber 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(management plan for this project), and personnel roles in organization; (3) Ability to perform work to schedules - Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period and thefirm's capacity to complete as many as eight taskings per year; (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 thekey 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 anddiscipline 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 an appropriate 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 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 and Small DisadvantagedBusiness Subcontracting Plan - Firms will be evaluated on the extent 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 thecontract, whether as joint venture, teaming arrangement, or subcontractor. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications in the SPECSINTACT system format, and all drawings shall be submitted in anAutoCAD 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 of plans and specificationsmay 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 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 option for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $2,000,000; however,the yearly maximum may total up to $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 Quantity Contract. Estimated start date isJanuary 1997.--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 theoffice 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 to practice 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'', ''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 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 andtelephone 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, 18 November 1996 will be considered. Late responses will be handled in accordance with FAR52.215-10. 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 theoffice 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 being solicited on an unrestricted basis, therefore, replies tothis 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. SeeNote 24. (0285)

Loren Data Corp. http://www.ld.com (SYN# 0011 19961015\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page