|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022Contracting 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 -- CENTRALIZED SEWAGE TREATMENT PLANT, INDIAN HEAD DIVISION, NAVAL
SURFACE WEAPONS CENTER, INDIAN HEAD, MARYLAND SOL N62477-98-C-0025 DUE
030398 POC Contact Randolph Jones, POC, 202-685-3152 WEB: EFA
Chesapeake Homepage, http://www.efdlant.navfac.navy.mil/efaches.htm.
E-MAIL: Randolph Jones, Point Of Contact,
rjones@efaches.navfac.navy.mil. The work includes Architectural and
Engineering Services necessary for the preparation of studies, plans
and specifications and construction cost estimates ready for bidding
for construction of a centralized sewage treatment facility that will
upgrade the existing sanitary systems and wastewater treatment plant at
the Indian Head Division, NSWC and Stump Neck Annex. Correction of
deficiencies shall be made to the existing septic systems and a
centralized sewage collection system shall be provided at Stump Neck
Annex. The new Stump Neck sewage collection system shall be connected
to the Indian Head Sewage Treatment Plant by locating an effluent
piping system under the Mattawoman Creek bed in a way that the creek
will not be disturbed. At Indian Head Division; provide necessary
repairs to the existing sewage collection lines, upgrade the existing
manholes and lift stations to meet NAVOSH regulations, provide
automatic control and monitoring of the sewage treatment plant and lift
stations, and upgrade theexisting sewage treatment plant to remove
nitrogen. Operations and maintenance manual preparation may be
required. Exterior work may include utilities, site grading, etc. The
preparation of a comprehensive stormwater management and an erosion and
sediment control plan for the state of Maryland may be required. The
possibility of hazardous materials, i.e., asbestos, lead paint, PCB,
may exist at the project site. The A/E contractor may be required to
conduct hazardous material removal surveys, including testing and
sampling, provide design removal procedures and prepare construction
contract documents in accordance with applicable rules and regulations
pertaining to such hazardous materials. Any hazardous materials
licenses and/or accreditation necessary for the locality of the project
site are required by the A/E firm or their subcontractor. Services,
such as technical reports and studies, site investigations, contract
documents (drawings, specifications and construction cost estimates),
surveys, shop drawings reviews, construction consultation and
inspection, and construction record drawings, may be required at any
time up to the final acceptance of all work. The selected firm for this
contract will be required to participate in the first project under
this contract'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 duration of the contract will include the design and construction
support periods of the projects (approximately 5 years). The estimated
start date is May 1998. The estimated cost of construction is between
$8 and $10 million. Selection evaluation criteria, in relative order
of importance are included below. 1. Specialized experience and
professional qualifications of the architectural/engineering firm (with
its subcontractors), and the proposed project team in providing
complete architectural/engineering services for the contract
requirements as described herein; 2. Demonstrated capabilities in
sustained accomplishment of work within established time limits; 3.
Past performance and process of the prime A/E firm (and subcontractors)
in an internal quality control/quality assurance (QC/QA) program to
assure coordinated technically accurate studies and verification of
costs, and accurate plans, specifications, and construction cost
estimates; 4. The firm's and project team's present workload; 5.
Preference will be given to firms with the demonstrated capability of
using CAD, SPECSINTACT and the Success Cost Estimating System. 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 254 and SF 255 are 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 telex numbers, the Contractor Establishment Code (CEC) and
Taxpayer Identification Number (TIN) on the SF 254 and SF 255 in block
1 and 3, respectively. In block 10 of the SF 255, 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 of the SF 255 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
included in the official selection process. Submit the SF 254 and 255
to the mail room in EFA CHES building, Building 212, by 3:30 p.m. 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. 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 business set-aside goal in that
subcontracting plan shall not be less than 5% of the subcontracted
work. This set-aside goal of not less than 5 percent also applies to
women-owned small business concerns. This does not apply if the prime
firm is a small business concern. Effective 1 October 1997, A/E
contractors are now required to register their firms in the Central
Contractor Registration data base prior to receiving a contract award.
This data base provides basic business information, capabilities, and
financial information to the Government and complies with the Debt
Collection Improvement Act of 1996, which requires Federal agencies to
have the Taxpayer Identification Number of every contractor and to pay
every contractor through electronic funds transfer. A/E contractors
will only have to provide this information once with annual updates or
as key company information changes occur. Registration can be
accomplished through the World Wide Web at http://www.acq.osd.mil/ec;
through any DOD Certified Value Added Network; or a paper form may be
obtained by calling the DOD Electronic Commerce Information Center at
1-800-334-3414. Contracting Officer, Naval Facilities Engineering
Command, Engineering Field Activity, Chesapeake, Building 212, 901 M
Street SE, Washington, DC 20374-5018. (0028) Loren Data Corp. http://www.ld.com (SYN# 0025 19980130\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|