Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1998 PSA#2044

Commander, 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