Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 5,1998 PSA#2045

Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box 30, Jacksonville, Florida 32212-0030

C -- CIVIL/STRUCTURAL ENGINEERING SERVICES SOL N68931-98-R-0061 DUE 040798 POC Combined Acquisition Office, (904) 542-5571, extension 112, Fax (904) 542-3949 17. Civil/Structural Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for projects located in Florida, Georgia and South Carolina within a 250 mile radius of Naval Air Station, Jacksonville, Florida. Most projects designed under this contract will be for projects within an Estimated Construction Cost (ECC) under $100,000. The Government will reserve as an option to negotiate construction inspection services and preparation of Operating and Maintenance Support Information (OMSI). The types of projects that may be performed under this contract are identified below. The firm shall demonstrate its qualifications and also the qualifications of its consultants with respect to the published evaluation criteria. The work for this contract shall include the preparation of plans, specifications, cost estimates and/or studies and reports. Most of the work, which will be performed under this contract, is mainly maintenance and repair projects. Projects, which may be considered for this contract, are listed in Criterion Number 1 Note: During the course of this contract, the various Task Orders issued may require collateral work. This work may require design consultants. In order to facilitate award of these Task Orders, provide a list consultants in the following disciplines and indicate whether your Firm has worked with them in the past: Surveying Geo-technical Engineering Asbestos, Lead Paint and Hazardous Materials Environmental Engineering Architecture Landscape Architecture Mechanical Engineering Electrical Engineering Fire Protection The following criteria will be used for selection: CRITERION (1) SPECIALIZED EXPERIENCE: Firms will be evaluated in terms of past experience for the following: Design and Permitting of Water & Sewage Treatment Plants Design and Permitting of Storm Water Management Systems Design of Roads and Bridges Design of Aircraft Runways and Taxiways Analysis and Design of Structural Systems CRITERION (2) QUALIFICATIONS: Firms will be evaluated in terms of professional qualifications and technical competence in the type of work required by Criterion 1. Factors that will be considered include the following: A) Professional registration of the proposed Project Manager. B) Professional registration of the proposed design team members. C) Experience of the proposed design team for the work listed in Criterion Number 1. Individual experience listed shall be only with the firm submitting for this contract. D) Provide an Organizational Chart for this contract. Include only team members who will be actively participating in this contract. CRITERION (3) CAPACITY: Firms will be evaluated in terms of the following A) The firm's ability to perform multiple projects concurrently. B) Provide current and projected workload for the duration of this contract. Demonstrate your firm's capability to provide qualified back-up staffing to meet unexpected project demands. CRITERIA (4) Past Performance: Firms will be evaluated in terms of the following, with emphasis on projects addressed in Criterion Number One: A) Provide cost control techniques employed by your firm. Provide the final Estimated Cost of Construction (ECC) for each project listed and the actual bid amount. B) Provide the number of design related Change Orders for each project listed and it's related cost. C) Provide a listing of your firm's repeat clients in both Government and private industry. D) Provide copies of performance awards and letters of recommendation received by your firm for the projects listed. CRITERIA (5) Quality Control Program: Describe your firm's quality control program. CRITERIA (6) Geographic Location: Note your firm's knowledge of codes and permits for Florida, Georgia and South Carolina. CRITERIA (7) Volume of Work: Firms will be evaluated in terms of work previously awarded by DoD with the objective of effecting an equitable distribution of A&E contracts among qualified A&E firms including small and small disadvantaged business firms and firms that have not had prior DoD contracts. Firms are required to prepare specifications in the SPECSINTACT format. All drawings shall be submitted in an AutoCAD compatible format. The duration of contract will be for one (1) year from the date of an initial contract award or $1,000,000 in fees, whichever comes first. The Government reserves the option to extend the contract an additional 12 months or $1,000,000 in fees, whichever comes first. Subject to necessary changes, the total A&E fee that may be paid under this contract will not exceed $2,000,000. The work will be ordered by issuance of task orders at predetermined rates. The guaranteed minimum is established at $25,000. The type of Contract shall be Firm Fixed-Price Indefinite Quantity. Estimated start date is September 1998. Architect-Engineer firms, that meet the requirements described in this announcement, are invited to submit completed Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office shown above. Interested firms are requested to include telex numbers in Block 3a of the SF 255, and the Contractor establishment Code (formerly the DUNS number), if known, and Taxpayer Identification Number (TIN) in Block 3. In Block 10 of the SF 255, discuss your firm's qualifications based upon synopsized evaluation factors. Provide evidence that your firm is permitted to practice in the Civil and Structural Engineering profession. Use Block 10 of the SF 255 to provide any additional information. All information must be included within the SF 255. Information provided in cover letters and other attachments will not be considered in the evaluation process. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255, Block 8. Label the lower left-hand corner of the envelope with the solicitation number. Firms responding by 4:00 p.m. EST, April 7, 1998 will be considered. Facsimile responses will not be accepted. Firms responding to this advertisement are required to submit two copies of qualification statements. This proposed contract is being solicited on an unrestricted basis. Therefore, replies to this notice are requested from all business concerns. Before award of the contract, the Architect-Engineer (if not a Small Business Concern) shall agree in the contract, to the incorporation of an acceptable small business and small disadvantaged business subcontracting plan in accordance with FAR Part 19.7. This plan will state that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate in this contract consistent with its efficient performance. The small business size standard classification is SIC 8711 ($2,500,000). This is not a request for proposal. See Note 24. (0062)

Loren Data Corp. http://www.ld.com (SYN# 0016 19980305\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page