|
COMMERCE BUSINESS DAILY ISSUE OF JULY 13,1998 PSA#2135Department 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 IN EUROPE, NORTH AFRICA AND
SOUTHWESTERN ASIA SOL N62470-98-R-3208 DUE 081298 POC >Bayla L.
Mack, 757-322-8271 -- Tracy B. Garrett, Contract Specialist,
757-322-8289 E-MAIL: mackbl@efdlant.navfac.navy.mil,
Architect-Engineer. Architect-Engineer or Engineering Services are
required for preparation of cost certifications, DD Form 1391 Plus and
Parametric Cost Estimate (PCE) documentation (a DD Form 1391 Plus is
preparation of basic project documentation including the DD Form 1391;
a PCE is enhancement of basic documentation, and includes economic
analyses of alternatives and estimated utilities impacts), 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. 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 the U. S. Naval Air Station, Sigonella, Sicily,
Italy; however, Contract Task Orders may be placed at any Activity in
Europe, North Africa and Southwestern Asia. The type of design
projects expected to be performed under this contract include, but are
not limited to: Administration Buildings, Religious Facilities,
Community Buildings, Dining Facilities, Recreational Facilities,
Security Buildings Child Development Centers, Bachelor Quarters, Navy
Lodges, Airfield Facilities, Base Housing, Water Treatment Facilities
and associated work, and Utility System upgrades. The A&E must be able
to demonstrate its (and consultants) qualifications (with respect to
the published evaluation factors) to perform: (a) Building additions
and construction of new facilities; (b) General building renovation
work, i.e., repair/replacement of roofs, windows, doors, ceilings,
floors, restrooms, and exterior and interior building finishes; and (c)
Conduct Life Safety Code Studies and interior space planning/design
studies. Site work,landscaping and pavements supporting facility
operation shall also be required. Project designs shall include all
electrical, mechanical, plumbing, fire protection, energy conservation
systems, and all necessary utilities and amenities to support proposed
project functions. 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 (5) are of
equal importance; factors (6), (7), and (8) are of lesser importance
and will be used as "tie-breakers" among technically equal firms.
Specific evaluation factors include: (1) Specialized Experience --
Firms will be evaluated in terms of: (a) their past experience with
regard to design of similar types of facilities; (b) experience with
multi-phased design and construction programs; (c) designing facilities
using the metric system of measurement; (d) the firm's experience in
providing construction phase services (shop drawing review, as-built
drawing preparation, Quality Assurance Plan (QAP) preparation,
construction inspection services, and Operating and Maintenance
Manuals); (e) Knowledge of local codes, laws, permits and construction
materials and practices of the area of the contract (in particular,
Italy); (f) Demonstrated success in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design; (2) Professional qualifications and technical
competence in the type of work required: Firms will be evaluated in
terms of the design staff's: (a) Organization and office management as
evidenced by management approach (management plan for these projects),
and personnel roles in organization, in particular, management's
approach/plan to engage and utilize in-country consultants to assure
that the design utilizes in country material and products, and is
compatible with in-country standards and codes, and in-country
construction practices; (b) active professional registration; (c)
experience (with present and other firms) and roles of staff members
specifically on projects addressed in evaluation factor number one; and
(d) Continuity of services and ability to surge to meet unexpected
project demands; (3) Ability to perform work to schedules and
capability to complete multiple, minimum of 4, taskings simultaneously
(show current and projected workload with a plan and schedule on how
you proposed 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 one or more of the following (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) Firm location (provided that application of
this criterion leaves an appropriate number of qualified firms, given
the nature and size of the contract); (7) 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 (8) 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 4 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
$15,000,000; however, the yearly maximum may total up to $7,000,000.
The guaranteed minimum for the total contract will be $50,000. 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 15 October 1998.
Section 114 of the General Provisions of the annual U. S. Military
Appropriations Bill requires that this contract can only be awarded to
a U. S. firm or a U. S. firm in a joint venture with a host country
firm. -- 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 practicethe 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, 12 August 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. Posted 07/09/98. (0190) Loren Data Corp. http://www.ld.com (SYN# 0020 19980713\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|