Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1998 PSA#2194

CG MCAS Cherry Point, Facilities OIC NAVFAC Contracts (ROICC), PSC Box 8006, Cherry Point, North Carolina 28533-0006

C -- INDDEFINITE QUANTIUTY CONTRACT OR CIVIL ENGINEERING AND DESIGN SERVICES, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA SOL N62470-98-d-6218 DUE 111098 POC Isabelle Reiter, Contract Specialist, 252 466-4747 This solicitation is for civil engineering design services for various projects at MCAS, Cherry Point, NC. This is NOT a request for proposals. This proposed contract is being solicited on an unrestricted basis. It shall have an initial term of one year and may be renewed for one additional year at the option of the Government. The maximum total fee (subject to necessary changes) shall not exceed $500,000, including the option year. Engineering Services are required for field investigations, preparation of plans, specifications, cost estimates, related studies, and all associated engineering services, shop drawing review, and Quality Assurance Plan preparation (establishes construction contract inspection requirements). An opening project has not been identified; however, typical project work may include water, sewer and industrial waste infrastructure systems; waterfront facilities; general building renovation work; minor building additions; drainage/runoff; pollution abatement; pavement evaluations and repairs (both street and airfield including pavement marking and traffic signals); railroads; geotechnical evaluations; and surveying. For design of some projects, incidental services may be required for architectural, structural, mechanical and electrical design; sampling and testing of materials for lead paint and asbestos; environmental permitting (including the sampling, analysis and reports to support permit applications); analysis of soil, ground water, or building materials contaminated with hazardous waste or petroleum; and preparation of contract documents for removal and disposal of contaminated materials. Experience is required in design of masonry, concrete, asphalt, steel, wood, composites and other common structural materials. A working knowledge of destructive and non-destructive material sampling and testing techniques is required. Some relatively small projects with quick turnaround times should be anticipated. Firms are required to prepare cost estimates utilizing the computerized CES format, specifications in the SpecIntact system format and drawings shall be in AutoCAD compatible format. Firms that meet the requirements described in this announcement are required to submit one copy each of completed SF-254 and SF-255 forms. Copies of SF%4 forms are also required for proposed sub consultants and copies SF-255 forms. Copies of SF-254 forms are also required for proposed sub consultants and copies SF-255 forms are encouraged for proposed sub consultants who are expected o contribute significantly to the contract. The A&E must demonstrate his and each key sub consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) and (2) are of equal and greatest importance; factors (6), (7), and (8) are of lesser importance than factors (1) through (5). Pertinent statements relative to the evaluation factors shall be included in Part 10 of form SF-255. Superfluous information is discouraged. Late responses will be handled in accordance with FAR 52.215-10. Inquiries shall refer to contract number and title. Specific evaluation factors include (1) Professional qualifications of the firm's proposed personnel and its sub consultants (if proposed), necessary for satisfactory performance of required services. Resumes shall be included only for key persons expected to perform work under this contract (number of resumes shall not exceed eight for civil engineers, two each for other disciplines), shall identify anticipated role in performing contract work, shall show specific location of each person's assigned office, shall list specific training and certification, and shall highlight specific work experience applicable to this contract, (2)Specialized recent (within the last five years) experience of the firm (including sub consultants) and technical competence in the type of work required. Cite examples of prior work relationships with proposed sub consultants/associates. In Part 8 of SF-255 provide a synopsis of the scope of work year work completed, point of contact and telephone number for each project listed. Include only projects involving civil engineering designs or evaluations. Each project listed shall include a list of the persons from the resume section who worked on the project and briefly describe their role in the project. Failure to provide recent verifiable references may be considered as ground for disqualification. (3) Capacity to accomplish the work in the required time. provide evidence that your firm is permitted by law to practice the profession of engineering in the State of residence, i.e., state registration umber. Describe knowledge of the work area at Cherry Point and outlying fields. In a maximum of one page, a narrative and/or chart of graph showing the anticipated backlog of work over the next twelve month period for key personnel lproposed for use in this contract. identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide one page maximum for you and sub consultants that describes office automation support and systems and other supporting equipment (i.e., AutoCAD SpecIntact). (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules and evidence of demonstrated long term business relationships and repeat business with Government and private customers. Reference letters of commendation that specifically apply to projects identified in Par 8 of SF-255. Specific occurrences or prior poor performance on any delivery order or contract at Cherry Point, will be considered adverse to being selected for the proposed contract. (5) Quality and cost control. Provide a one page maximum summary of how your firm approaches internal quality control and cost control processes and procedures. identify how these will be maintained for all work by multiple offices and sub consultants. Provide an example of your quality control program in action. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Relate to personnel proposed and example projects listed, if possible. (7) Geographical office locations of the firm (including sub consultants) that will be involved in the contract. State anticipated mode of transportation to be used from each office and estimate approximate mileage and typical response time. Application of this criterion is contingent upon receiving an appropriate number of qualified firms. (*8) The volume of work previously awarded to the firm by the Department of Defense (DOD) shall also be considered, with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms. Posted 10/01/98 (I-SN257397). (0274)

Loren Data Corp. http://www.ld.com (SYN# 0010 19981005\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page