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