|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1998 PSA#2044Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg. 258, Pearl Harbor, HI 96860-7300 (Code
0231) C -- ARCHITECT-ENGINEER SERVICES FOR THE PREPARATION OF PLANNING
DOCUMENTS AND RELATED TECHNICAL SERVICES FOR PROJECTS AND ACTIVITIES AT
VARIOUS NAVY, OTHER U.S. MILITARY COMMANDS, AND U.S. COAST GUARD
ACTIVITIES, UNDER THE COGNIZANCE OF PACNAVFACENGCOM (PACIFIC AREA) SOL
N62742-98-R-1804 POC Contact Andrew Mann, Contract Specialist, (808)
474-5136/Contracting Officer, Danny Lau, (808) 471-4188 Services
include, but are not limited to the preparation of planning documents
of various types normally used by the U.S. Navy, and such technical
services related to such documents and software as my be requested by
the Department of the Navy, PACNAVFACENGCOM. The primary task
anticipated for the Architect-Engineer (A-E), are the originating and
the updating of planning documents. Additionally, the A-E may be
assigned ancillary work to edit and rework incomplete or preliminary
planning documents towards final completed products based on technical
knowledge and skills gained by professional training and experience in
the planning of military and Government facilities and installations.
Planning documents, as referred to herein, include but are not limited
to any document relating to Master Plans, Capital Improvement Plans,
Regional Studies/Plans, Special Planning Studies, Air Installations
Compatible Use Zones (AICUZ) Studies, Military Construction Project
write-ups (normally on department of defense Form 1391), Special
Projects write-up, Engineering Evaluations (EEs), Basic Facility
Requirement (BFR) justifications, Economic Analyses (EA), Environmental
Studies, Civil Engineering Support Plan, Land Inventory Analyses,
studies, visual presentations, graphics, and/or any component or
portion (not necessarily the entirety) of such documents. The work may
also include the production of planning documents and studies in a
multimedia electronic database, including the preparation of associated
software necessary to or incidental thereto. Field verification survey
work may also be a part of the planning process. Any preparatory,
visual presentation, briefing, study, or report which may be required
prior to the initiation of any planning document listed, is also
included under this scope. Planning projects may include those for
other U.S. Military Commands and the U.S. Coast Guard, in the Pacific
area, in addition to those of the U.S. Navy. The A-E may be required to
obtain a security classification of "Secret." The A-E shall provide all
professional services required for the completion of planning
documents, including researching data, conducting site surveys,
preparing, reviewing, and editing technical text and graphics to ensure
completeness and correctness of documents. When such services are
required of the A-E for projects not wholly assigned to the A-E alone,
the A-E must exercise professional judgment to verify the correctness
and validity of the information, and the results and conclusion of the
material the A-E is called upon to finalize. The A-E must analyze,
coordinate, correlate, synthesize, correct, supplement, and finalize
the work assigned. As an example of such an assignment, if the A-E is
called upon to finalize the draft of a document or a particle graphic
submitted by PACNAVFACENGCOM, the A-E shall rework such document or
graphic until, in the A-E's judgment, the finished product is correct,
complete, and reflective of the A-E's professional judgment and
standards. Electronic tools, as referred toherein, includes, but is not
limited to: Electronic Master Plans (EMP), On the Shore (OTiS),
Activity Land and Facilities Assets (ALFA) Model, Activity Planning and
Management Model (APMM), or any component or portion thereof. The EMP
is an interactive web enabled tool, which presents conventional hard
copy master plans in an electronic format. The EMP displays both
graphic and non-graphic data, which includes text, photo, graphic
diagrams, pictures, data tables, and maps. In addition to the master
planning information, the EMP displays facility inventory data, drill
down capabilities to the building floor plans and room data, and
permits query of maps and databases. The EMP is the template for
electronic applications of the regional master planning efforts in the
Pacific area. The EMP is visible using Internet Explorer 4.0 or
Netscape 3.0. OTiS is an electronic tool, which houses pier/wharf and
ship data for all activities in the Pacific and across the nation. OTiS
is used to perform various berthing scenarios and waterfront
capabilities. The ALFA Model is an electronic tool that provides an
accurate, certifiable facilities inventory to support upper echelon
planning and management decisions. The APMM is a customized version of
the ALFA, which is geared more to the activity's use and
functionality, as well as supporting major claimant type applications.
The Government utilizes the following software suite, which conforms
to the Commander In Chief, Pacific Fleet (CINCPACFLT) Information
Technology 21 Century (IT-21) implementation program: WINDOWS NT
4.0/5.0 WORKSTATION, Microsoft OFFICE 97 PROFESSIONAL: WORD 97,
POWERPOINT 97, EXCEL 97, ACCESS 97, Internet Explorer 4.0 and Netscape
3.0. In preparation of manuscripts, word processing files, desktop
publishing documents, and spreadsheets, the A-E shall ensure
compatibility with the Government's word processing software.
Additional electronic tools required are: Oracle 7.0, AutoCad r14,
Microstation 5.0, Visual Basic, Visual Foxpro, and HTML screens. In
addition to the executable programs and data files associated with the
planning software, the A-E shall also be required to produce a guide
on how to use the software produced and a programmer's guide describing
how to edit any planning software developed. The A-E shall also be
responsible for training Government representatives on operation of the
planning software and maintenance of data files. The selected A-E may
be required to participate in a pre-fee meeting within ten days of
notification and provide a fee proposal within ten days from the
meeting. The contract will be an Indefinite Quantity type where the
work will be required on an "as-needed" basis during the life of the
contract providing the Government and contractor agree on the amount.
Each project will be a firm fixed price task order. The Government will
determine the task order amount by using the rates negotiated for the
basic contract and negotiate the effort required to perform the
particular project. The contract shall not exceed twelve months or
amaximum of $1,250,000 total fee, whichever comes first. The Government
guarantees a minimum amount of $25,000 for the contract. Should an
impasse on the price occur over the initial or subsequent projects, the
Government will apply the dollar value of the Government estimate for
that project or projects toward the minimum guarantee. The Government
reserves the option to extend the contract an additional three years
for a total of four years, with a maximum fee of $1,250,000 per year.
There will be no further synopsis in the event the options included in
the contract are exercised. Estimated date of contract award is June
1998. Proposals may be subject to an advisory audit performed by the
Defense Contract Audit Agency. The following selection evaluation
criteria, relative order of importance, will be used in the evaluation
of A-E firms: (1) Professional qualification of firm and staff
proposed in the field of master planning and U.S. Navy facilities
planning in the Pacific area; (2) Specialized recent experience and
technical competence of particular staff members in the field of
planning for U.S. Military facilities in general, and U.S. Navy
facilities in particular; (3) Specialized experience in integrating
U.S. Navy facility and master planning information into electronic
tools for use on the internet/intranet, and experience in Relational
Data base Management System (RDBMS) and Geographical Information
Systems (GIS); (4) Capacity to accomplish the work in the required
time; (5) Past performance of contracts with Government agencies and
private industry in terms of cost control, quality of work, and
compliance with performance schedules; (6) Architect-Engineer firm's
design quality control practices/techniques, and demonstrated success
in prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in design; (7) Location in general
geographical area of the project and knowledge of the locality of the
projects, provided that the application of this criterion leaves an
appropriate number of qualified firms, given the nature and size of the
project; (8) The volume of work previously awarded to the firm by the
Department of Defense shall also be considered, with the object of
effecting an equitable distribution of Department of Defense A-E
contract among qualified A-E firms and firms that have not had
Department of Defense contracts; (9) Use of Small or Small
Disadvantaged or Women-owned Small Business firms shall also be
considered. Each firm's past performance and performance rating(s) will
be reviewed during the evaluation process and can effect the selection
outcome. A-E firms shall address their planned potential for usage of
Small Business, Small Disadvantaged Business, Women-owned Small
Business, historically Black Colleges and minority institutions in
Block 10 of the SF 254. A Subcontracting Plan will be required from
Large Business firms with a proposed fee over $500,000. The
Subcontracting Plan is required to be submitted as part of the A-E's
fee proposal and must be approved prior to contract award. In Block 10
of the SF 254 and any addendum thereto, if necessary, state why your
firm is specially qualified based on each of the above selection
evaluation criteria. For selection evaluation criteria "(2)". 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". Show the office location where
the work will be done and describe the experience and location of those
personnel that will do the work. A-E firm which meet the requirements
described in this announcement are invited to submit complete, update
standard Forms 254, Architect-Engineer and related Services
Questionnaire, and 255, Architect-Engineer and related Services
Questionnaire for Specific Project, to the office shown above. A-E
firms utilized by the prime A-E must also submit completed Standard
Forms 254 and 255. Only one copy of each form is required. Firms
responding to this announcement by April 6, 1998, 2:00 P.M. Hawaiian
Standard Time will be considered. This is not a request for a
proposal.***** (0058) Loren Data Corp. http://www.ld.com (SYN# 0021 19980304\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|