|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1999 PSA#2266Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095,
Attn: Facilities Contracting Department, A&E Management Division, Code
02A2 C -- INDEFINITE QUANTITY A&E CONTRACT FOR STRUCTURAL ENGINEERING
SERVICES AT NAVAL BASE NORFOLK, VIRGINIA AND OTHER INSTALLATIONS SOL
N00187-99-R-7556 DUE 022299 POC Mr. R. Mark Gostel, R.A., Contracting
Officer, 757/444-4200 ext. 3121 E-MAIL: Navy Public Works Center
Norfolk, rgostel@pwcnorva.navy.mil. Architect and Engineering Services
are required to perform structural engineering including design,
preparation of plans, specifications, and cost estimates, related
studies and all associated engineering for alteration and repair
projects. Typical projects may involve the following;
repair/alteration/replacement/new of floors, roofs, walls, industrial
doors, slabs, foundations, columns, supports, frames, abutments,
manhole type structures, bridges, quay walls, piers, bulkheads,
retaining structures, storage tanks, and other similar projects of a
structural nature. Types of structures may be personnel support
facilities such as barracks, gymnasiums, administration buildings,
recreation facilities, family housing, etc., and industrial type
facilities such as shop buildings, warehouses, small plants,
maintenance buildings, etc. A seed project has not been designated for
this indefinite quantity contract. The type of contract is firm fixed
price. The total contract amount cannot exceed $500,000 fee in twelve
months, with the estimated construction costs of most projects
normally $100,000 to $1,000,000. Studies normally are in the $10,000 to
$50,000 fee range. The duration of this contract is one year from date
of award. There is a one year Government option requiring the same
basic structural engineering skills. The Government reserves an option
to award construction inspection services. The firm must demonstrate
its and each key consultant's qualifications with respect to the
established evaluation factors as stated herein. Evaluation factors (1)
through (5) are of equal importance; factors (6) through (9) are of
lesser importance, but will be used to assist in the selection,
especially should one or more firms be essentially equally qualified
for Factors (1) through (5). Specific evaluation factors are: (1)
Professional qualifications and technical competence of the designated
project team: Firms will be evaluated in terms of; (a) Project team
(includes consultants) experience involving structural engineering
projects of a size and type commensurate with those anticipated for
this contract (include an individual's experience with this firm or
other firms provided it is relevant). (b) Project team's knowledge of
the general area of Naval Base Norfolk and Southeastern Virginia in
terms of codes, laws, permit requirements, construction materials,
general practices, topography and subsurface conditions, as
demonstrated by previous project experience. (c) Project team's active
professional registrations and/or certifications in their individual
area of expertise. (d) Specific involvement of each team member in the
relevant projects listed in Block 8 of the SF 255 (if the firm has
multiple office locations, the location of the design team members must
be identified) (also, if several offices will contribute to the project
team and one particular office will serve as the project office,
explain how the various team members will perform the tasks required,
if they are not all relocated to the project office during the
performance of this contract). (E) Designation of back-up personnel
(include consultants) and their qualifications. (2) Firm
Qualifications: Evaluation will be made in terms of; (a) Recent
structural engineering project experience (1994-1998) similar to the
type of work as required by this contract and as explained previously
(be as specific as you can in providing your information, including
dates and location). (b) Involvement of management personnel with this
contract and their continuity with the firm. (c) AutoCAD Release 13 or
higher format capability. (3) Ability to accomplish the work; (a)
Demonstrated ability to accomplish similar projects as anticipated for
this contract in a 3-4 month time frame after award (give specific
examples). (B) Demonstrated ability to manage multiple projects at
various stages of design while maintaining quality and meeting
established completion schedules. (4) Past performance: Firms will be
evaluated in terms of; (a) Cost estimating ability as demonstrated by
comparison of structural engineering design cost estimates with the low
bid on similar size and type design projects (give specific examples)
(show costs, and the difference as a percentage). (b) Ability to
prepare cost estimates in the computerized CES format, and
specifications using SPECSINTACT. (C) Experience with projects
involving metric measure (give specific examples). (d) Demonstrated
long term relationships and repeat business with Government and private
customers. (E) Performance awards received. (5) Quality control
program: Firms will be evaluated on the acceptability of their quality
control program used to ensure technical accuracy and discipline
coordination of designs, plans, specifications, cost estimates, and
reports/studies (an adequate summary of the program is requested,
please do not submit copies of the entire program). (6) Firm's
geographical location: Firms will be evaluated on geographic location
as regards to accessibility to the Naval Base Norfolk, Virginia, and
their demonstrated ability to respond to the demands of this contract
in a timely manner (provided that application of this factor leaves an
appropriate number of qualified firms). (7) Volume of work: Firms will
be evaluated in terms of work previously awarded by DoD with the
objective of effecting an equitable distribution of DoD A&E contracts
among qualified firms, including small disadvantaged business firms and
firms that have not had prior DoD contracts. (8) Primary Consultants
and Sub-contractors: Firms will be evaluated on their use of small or
disadvantaged or women-owned business firms as consultants or
sub-contractors. (9) Firms will be evaluated on their experience with
projects that provide for the use of recovered materials to achieve
waste reduction, and, use of energy-efficiency in facility designs.
This ends the evaluation factors. Digital graphics data base of site
survey may be required; if so, the survey and all drawings forming a
part thereof shall be submitted in an AutoCAD Release 13 or higher
format. The contractscope may require evaluation and definition of
asbestos or lead materials and toxic waste disposition. A&E firms
meeting the requirements described in this announcement are invited to
submit completed current Standard Forms 254 (unless already on file
with this office within the past 12 months) 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 on
each evaluation factor given herein. All information must be included
within the SF 254 and 255; cover letters, bindings and covers, and
other attachments are discouraged and are not considered in the
evaluation process. Firms responding to this announcement by close of
business (3:45 PM EST) February 22, 1999, will be considered. Firms
responding should submit only one copy of the qualifications package.
Neither hand carried nor facsimile responses will be accepted. Courier
delivered packages should be sent to Facilities Contracting
Department, A&E Management Division, Second Floor, Room 220,
Building Z-140, Naval Base Norfolk, Virginia. This proposed contract is
being solicited on an unrestricted basis, therefore, replies to this
notice are requested from all business concerns. Before award of the
contract, the A&E, if not a small business concern, shall agree in the
contract, by incorporation of an acceptable small business and small
disadvantaged business subcontracting plan, per FAR Part 19.7 that
small business concerns and small disadvantaged business concerns shall
have the maximum practicable opportunity to participate in this
contract consistent with its efficient performance. The small business
size standard classification is SIC 8711 ($2,500,000). This is not a
request for proposals. Inquiries concerning this contract must mention
location and contract number. See Note 24.***** Posted 01/18/99
(D-SN288814). (0018) Loren Data Corp. http://www.ld.com (SYN# 0018 19990121\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|