Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1998 PSA#2239

Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake, (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901 M Street SE, Washington, DC 20374-5018

C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS CIVIL/STRUCTURAL DESIGN & ENGINEERING SERVICES WITH ASSOCIATED MULTI-DISCIPLINAL ARCH/ENGR SUPPORT SERVICES, VARIOUS LOCATIONS, EFA CHESAPEAKE SOL N62477-99-D-0017 DUE 012099 POC Contact Randolph Jones, POC, 202-685-3152 WEB: EFA Chesapeake Homepage, http://www.efdlant.navfac.navy.mil/efaches.htm. E-MAIL: Randolph Jones, Point of Contact, rjones@efaches.navfac.navy.mil. The work includes an indefinite quantity contract for civil and structural design and engineering services with multi-disciplinal architectural and engineering support services at various locations within the Engineering Field Activity Chesapeake, Naval Facilities Engineering Command, which includes Washington, DC, MD, and VA. Delivery orders/projects may include, but are not limited to, all or part of the following: preparation of studies and technical reports, conducting engineering investigations, project programming, and concept studies; Parametric Cost Estimate; (PCE); preparation of preliminary and final designs; preparation of plans, specifications and construction cost estimates ready for bidding; shop drawing reviews; construction consultation and inspection; and preparation of record drawings. These may be required at any time up to final acceptance of all work associated with each delivery order. Potential civil/structural engineering projects include: general paving, roadway and minor airfield projects; security and non-security fencing; site utilities; surveying, storage tanks (above ground and underground), building and general site improvements/development, landscaping, storm water management and sediment and erosion control plans/reports; water and sewage treatment plants (repair/rehab); structures; general bridges, pier and waterfront structures. The preparation of comprehensive storm water management and erosion and sediment control plans for the State of Maryland, the District of Columbia, and the Commonwealth of Virginia are required. Additionally, services such as reviews of storm water management and erosion and sediment control reports/plans for compliance with State of Maryland requirements, and presentations of determinations and recommendations to State officials will be required in support of various projects. Although none is now known, the possibility of hazardous materials, i.e., asbestos, lead paint, PCB, may exist at the project sites. If hazardous materials are encountered,the A/E Contractor will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. All hazardous materials licenses and/or accreditations necessary for the locality of the project sites are required by the A/E firm or their subcontractors. Such services as studies, review of shop drawings, construction consultation, construction inspection, Title II, and preparation of construction record drawings and Operation and Maintenance (O&M) manuals may be required at any time up to final acceptance of all work. The selected A/E firm for this contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 7 days after receiving the Request for Proposal. The selected firm will also be required to participate in an orientation and site visit meeting (whenrequested) for each delivery order within seven days of notification and provide a fee proposal within within ten days after receiving the Request for Proposal. This will be a firm fixed price A/E contract. The total contract amount will not exceed $500,000 for each year. The duration of the contract will be for the period of one year, with the possibility of four one-year options. The estimated start date is April 1999. Selection evaluation criteria, in relative order of importance are included below. 1. Specialized experience and professional qualifications of the firm (including subcontractors), and the proposed project team in providing complete design and engineering services for the contract requirements as described herein. Additionally, firms should demonstrate specialized experience with projects containing Sustainable Design features; 2. Demonstrated capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; 3. Past performance andprocess of the prime A/E firm (and their subcontractors) in their quality control/quality assurance program to assure coordinated technically accurate plans, specifications, and construction cost estimates; 4. Status of the firm's and project team's present workload; 5. Preferences: a. Preference will be given to firms within a 100-mile radius of Engineering Field Activity Chesapeake, Washington Navy Yard, provided that application of the criterion leaves an appropriate number of highly qualified firms; b. Preference will be given to firms with the demonstrated capability of using CAD, SPECSINTACT, and the Success Cost Estimating System. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms that meet the requirements listed in this announcement, are invited to submit one copy each of the completed Standard Forms (SF) 254 and SF 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Interested firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3 and 1, respectively. Interested firms are also requested to include their A/E Contractor Appraisal Support System (ACASS) number on the SF 255 in Block 3. In Blocks 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 and SF 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct contact with EFA CHES throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection process. Submit the SF 254 and 255 to the mailroom in the EFA CHES building, Building 212, by 3:30 p.m. on the established due date. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Because this contract could eventually result in an award over $500,000.00, a subcontracting plan will be required by large business concerns. The small disadvantaged business set-aside goal in that subcontracting plan shall not be less than 5% of the subcontracted work. This set-aside goal of not less than 5% also applies to women-owned small business concerns. This does not apply if the prime firm is a small business concern. Effective 1 October 1997, A/E contractors are now required to register their firms in the Central Contractor Registration database prior to receiving a contract award. This data base provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http//www.acq.mil/ec; through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Building 212, 901 M Street SE, Washington, DC 20374-5018. Posted 12/08/98 (D-SN278437). (0342)

Loren Data Corp. http://www.ld.com (SYN# 0012 19981210\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page