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