Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022

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 -- 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