|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087Department Of The Navy, Naval Facilities Engineering Command,
Commander, Atlantic Division, Contracts Office, Code 02231, 1510
Gilbert Street, Norfolk, Virginia 23511-2699 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL DESIGN AND
ENGINEERING SERVICES FOR PROJECTS AT MILITARY INSTALLATIONS IN
VIRGINIA, MARYLAND, WEST VIRGINIA AND NORTH CAROLINA SOL
N62470-98-R-3206 DUE 060598 POC Bayla L. Mack, 757-322-8271 -- Andy
Shanks, Contract Specialist, 757-322-8258 E-MAIL: Architect-Engineer,
mackbl@efdlant.navfac.navy.mil. Architect-Engineer or Engineering
Services are required for preparation of plans, specifications, cost
estimates, related studies, all associated engineering services, shop
drawing review, as-built drawing preparation, Quality Assurance Plan
(QAP) preparation (provides construction contract inspection
requirements), Operation and Maintenance Support Information (OMSI),
construction inspection and engineering consultation services during
construction for several projects of an architectural nature. The
Government will reserve an option to negotiate final plans,
specifications, cost estimates, related studies, all associated
engineering services, and all post construction award services for all
projects. Projects will be in the primary area of Virginia, Maryland,
West Virginia and North Carolina. The type of architectural design
projects expected to be performed under this contract are identified
below. The A&E must be able to demonstrate its (and consultants)
qualifications (with respect to the published evaluation factors) to
perform the following work in community facilities, (chapels, theaters,
banks shopping facilities, recreational facilities, child care centers,
etc.); personnel housing facilities (Bachelor Enlisted Quarters (BEQ)
and Bachelor Officers' Quarters (BOQ)); training facilities
(operational, maintenance and classroom); and industrial maintenance
facilities (Vehicle Maintenance Shops, Shore Intermediate Maintenance
Activities, Aircraft Maintenance Hangars, Public Works Shops,
Warehouses): (a) General building renovation work, i.e.,
repair/replacement of roofs, windows, doors, ceilings, floors,
restrooms, and exterior and interior building finishes; (b) Minor
building additions and construction of minor new facilities; and (c)
Conduct Life Safety Code Studies and interior space planning/design
studies. The A&E must demonstrate his and each key consultant's
qualifications with respect to the published evaluation factors for all
services. Evaluation factors (1) through (6) are of equalimportance;
factors (7), (8) and (9) are of lesser importance. Specific evaluation
factors include: (1) Specialized Experience -- Firms will be evaluated
in terms of: (a) their past experience with regard to the design of the
type of work listed above; and (b) knowledge of local codes, laws,
permits and construction materials and practices of Virginia, Maryland,
West Virginia and North Carolina; (2) Professional qualifications and
technical competence in the type of work required: Firms will be
evaluated in terms of the design staff's: (a) active professional
registration; (b) experience (with present and other firms) and roles
of staff members specifically on projects addressed in evaluation
factor number one; (c) capability to provide qualified backup staffing
for key personnel to ensure continuity of services and ability to
surge to meet unexpected project demands; and (d) organization and
office management as evidenced by management approach (management plan
for this contract), and personnel roles in the organization; (3)
Capacity to complete up to seven taskings each year (show current and
projected workload with a plan and schedule on how you propose to
accomplish the work) -- Firms will be evaluated in terms of impact of
this workload on the design staff's projected workload during the
contract period; (4) Past performance -- Firms will be evaluated in
terms of (with emphasis on projects addressed in factor number one):
(a) the process for cost control and the key person responsible; and
(b) performance ratings/letters of recommendations received; (5)
Quality Control Program -- Firms will be evaluated on the acceptability
of their internal quality control program used to ensure technical
accuracy and discipline coordination of plans and specifications --
list key personnel responsible; (6) Demonstrated success in prescribing
the use of recovered materials and achieving waste reduction and energy
efficiency in facility design; (7) Firm location (provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the contract); (8) Volume of Work
-- Firms will be evaluated in terms of work previously awarded to the
firm by DOD with the objective of affecting an equitable distribution
of DOD A&E contracts among qualified A&E firms, including small and
small disadvantaged business firms and firms that have not had prior
DOD contracts; and (9) Small Business and Small Disadvantaged Business
Subcontracting Plan -- Firms will be evaluated on the extent to which
offerors identify and commit to small business and to small
disadvantaged business, historically black college and university, or
minority institution in performance of the contract, whether as joint
venture, teaming arrangement, or subcontractor. Large Business Firms
shall submit their subcontracting plan with the Standard Form 255. The
contract requires that the selected firm have an on-line access to
E-mail via the internet for routine exchange of correspondence. Firms
are required to prepare the cost estimate utilizing the NAVFAC
"SUCCESS" system in work breakdown structure (WBS), the specifications
in the SPECSINTACT system format, and all drawings shall be submitted
in an AutoCAD compatible format. The design contract scope may require
evaluation and definition of asbestos materials and toxic waste
disposition. Fee negotiations would provide for laboratory testing and
subsequent preparation of plans and specifications may require
definition of removal and/or definition of disposal process. Firms
responding to this announcement must be prepared to accept the
aforementioned as a part of their contract responsibility. The duration
of the contract will be for one (1) year from the date of an initial
contract award. The proposed contract includes two (2) one (1) year
Government options for the same basic professional skills. The total
A&E fee that may be paid under this contract will not exceed
$3,000,000; however, the yearly maximum may total up to $1,500,000. No
other general notification to firms for other similar projects
performed under this contract will be made. Type of contract: Firm
Fixed Price Indefinite Quantity Contract. Estimated start date is July
1998. -- Architect-Engineer firms which meet the requirements
described in this announcement are invited to submit completed Standard
Forms (SF) 254 (unless already on file) and 255, U. S. Government
Architect-Engineer Qualifications, to the office shown above. In Block
10 of the SF 255, discuss why the firm is especially qualified based
upon synopsized evaluation factors; and provide evidence that your firm
is permitted by law to practice the professions of architecture or
engineering, i.e., State registration number. For selection evaluation
factor (1), 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". Use Block 10
of the SF 255 to provide any additional information desired and
continue Block 10 narrative discussion on plain bond paper. All
information must be included within the SF 255. Provide a synopsis of
the scope of work, point of contact and telephone number for each
project listed in SF 255 Block 8. Firms having a current SF 254 on file
with this office and those responding by 4:00 p.m. EST, 5 June 1998
will be considered. Late responses will be handled in accordance with
FAR 52.215-10. Neither hand carried proposals nor facsimile responses
will be accepted. Firms responding to this advertisement are requested
to submit only one copy of qualification statements. The qualification
statements should clearly indicate the office location where the work
will be performed and the qualifications of the individuals anticipated
to work on the contract and their geographical location. -- This
proposed contract is being solicited on an unrestricted basis,
therefore, replies to this notice are requested from all business
concerns. -- The small business size standard classification is SIC
8712($2,500,000). -- This is not a request for proposals. Inquiries
concerning this project should mention location and contract number.
See Note 24. (0120) Loren Data Corp. http://www.ld.com (SYN# 0017 19980504\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|