Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1996 PSA#1746

Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn. Code 02AE), Washington Navy Yard, Bldg 212, 901 M Street, SE, Washington, DC 20374-5018

C -- TWO INDEFINITE QUANTITY CONTRACTS FOR FACILITY PLANNING AND MASTER PLANNING COMPONENTS, VARIOUS LOCATIONS, EFA CHESNAVFACENGCOM SOL N62477-97-D-0024 AND N62477-97-D-0025 DUE 012297 POC Contact Randolph Jones, 202-685-3152/Wanda McQueen, KO, 202-685-3188 The overall work requires planning, architectural and engineering services, knowledge of the Naval Facilities Engineering Command's shore facility planning system. Two firms will be selected, each to perform one contract. The selected firm(s) must have proven competency in the electronic integration of graphic, narrative, pictorial and tabular data. The demonstrated ability in electronic integration is necessary for support of the electronic planning applications that have been developed for Navy Shore Facility planning and master planning components of all Major Claimant Activities, including Headquarters, Marine Corps. The primary work requires the application of sound planning principles and processes in the development of all the various planning components required under this contract, but are not limited to the following: Basic Facilities Requirements (BFR); Assets Evaluations (AE) of existing facilities; MILCON (Military Construction) Project Planning Documentation (Facility Studies, Environmental Assessments, Economic Analysis, etc.); Master Plans; Other Navy Electronic Planning Applications, such as: On the Shore, the E-1, (Installation Planning, Design and Management Guide), etc.; Landscape Studies and Special Studies in support of various plans; Cultural Resource Studies; Graphic production of presentation materials; Land surveys and provision of cadastral maps, Real Estate Summary maps (RESMs); General Development maps (GDMs); and Block Plan Development for building occupancy. The contractor may be required to integrate these Navy Shore Facility planning and master planning components with NAVFAC's electronic planning and management applications: Activity Land Facility Assets (ALFA) and Activity Planning Management Model (APMM) which utilize graphic, narrative, pictorial and tabular data. Digitizing efforts for the production of maps and building plans shall be in accordance with the Spatial Data Standards promulgated by the Tri-Service CAD Center, Vicksburg, Mississippi. Provide services, such as technical reports and studies, site investigations, programming, concepts, and provide Architectural engineering consultation for housing and community facilities projects. The general intention is to provide for such design and engineering services as necessary to support development of facility concepts in the procurement process of the various projects. The SIC Code is 8711. The selected firm(s) for this (these) contract(s) will be required to provide overhead, profit, and discipline hourly rates to the Contracting Officer within 7 days after receiving notification. The selected firm(s) for this(these) contract(s) will also be required to participate in the first project's orientation and site visit meeting within seven days of notification and provide a fee proposal within ten days after receiving the Request for Proposal. This will be a firm fixed price A/E contract. The total contract amount for each contract will not exceed $1, 000, 000 for each year. The duration of the contract will be for one year with the possibility of four one-year options. The estimated start date is March 1997. Selection evaluation criteria, in relative order of importance are: 1. Specialized experience and professional qualifications of the firm (including subcontractors), and the proposed project team in providing complete planning services and Architectural & Engineering support services as described above; 2. Demonstrated capabilities in the development and technical support of integrated graphic, pictorial, narrative and tabular data applications, both in electronic and non-electronic format; 3. Demonstrated capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; 4. Past experience with Department of the Navy (NAVFAC) Shore Facilities Planning and with the NAVFAC Instructions; 5. Past performance and process of the prime A-E firm (and their subcontractors) in their quality control/quality assurance program to assure coordinated technically accurate master plans, technical reports, and studies. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Form (SF) 254 and SF 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Should the due date fall on a weekend or an official Government holiday, the SF 255 is due on the first workday thereafter. Firms having a current SF 254 on file with this office may also be considered. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC) and Taxpayer Identification Number (TIN) on the SF 254 and SF 255 in block 3a and 1, respectively. In block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use block 10 to provide additional information desired by your firm. Only the SF 254 and SF 255 will be reviewed. Experiences identified in block 8 should not be more than 5 years old. The primary person proposed to be the direct contact with EFA CHES for the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be ncluded in the official selection process. Submit the SF 254 and 255 to the mail room in EFA CHES building, Building 212, by 3:30pm on the due date. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Selected firms may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO compliance is required. Because this contract acquisition could eventually result in an award over $500, 000.00, a subcontracting plan is required by large business concerns. The small disadvantaged set-aside goals in that subcontracting plan shall not be less than 5%. The women-owned, small business set-aside goals in that subcontracting plan shall also not be less than 5%. This does not apply if the prime firm is a small business concern. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, Building 212, 901 M Street SE, Washington, DC 20374-5018. (0353)

Loren Data Corp. http://www.ld.com (SYN# 0015 19961220\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page