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