|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441Department Of The Navy, Naval Facilities Engineering Command,
Commander, Atlantic Division, Contracts Office, Code 02231, 1510
Gilbert Street, Norfolk, Virginia 23511-2699 C -- INDEFINITE QUANTITY CONTRACT FOR CIVIL DESIGN AND ENGINEERING
SERVICES FOR PROJECTS AT MILITARY INSTALLATIONS IN THE CARIBBEAN SOL
N62470-99-R-3312 DUE 102899 POC Bayla L. Mack, 757-322-8271 -- Jerome
P. Condra, Contract Specialist, 757-322-8259 E-MAIL: Click here to
contact Ms. Bayla Mack, mackbl@efdlant.navfac.navy.mil.
Architect-Engineer or Engineering Services are required for preparation
of plans, specifications, cost estimates, related studies, all
associated engineering services, shop drawing review, as-built drawing
preparation, Quality Assurance Plan (QAP) preparation (provides
construction contract inspection requirements), Operation and
Maintenance Support Information (OMSI), construction inspection and
engineering consultation services during construction for several civil
design and engineering services projects located in the Caribbean
including, but not limited to: Panama, U. S. Virgin Islands, Puerto
Rico and Cuba. The Government will reserve an option to negotiate final
plans, specifications, cost estimates, related studies, all associated
engineering services, and all post construction award services for all
projects. There is likely to be a variety of civil design and
engineering services projects added to this contract. The A&E must be
able to demonstrate his qualifications (with respect to the published
evaluation factors) to perform the following work: (A) Replace/upgrade
sanitary lines, potable water lines and stormwater drainage systems;
(B) Design of new and resurfacing of existing roads and parking lots;
(C) Design new and repair aircraft runways and taxiway pavements; (D)
Install/repair shoreline erosion control measures; (E) Perform property
and topographic surveys; (F) Design of new water and fuel storage tanks
(above and below ground and design of tank removal (above and below
ground); (G) Prepare Puerto Rico Environmental Quality Board (EQB) and
other agency permits in support of designs accomplished; and (H)
Design security fencing. The A&E must demonstrate his and each key
consultant's qualifications with respect to the published evaluation
factors for all services. Evaluation factors (1) through (6) are of
equal importance; factors (7), (8) and (9) are of lesser importance and
will be used as "tie-breakers" among technically equal firms. Specific
evaluation factors include: (1) Specialized Experience -- Firms will
be evaluated in terms of: (a) their recent experience in design of
civil projects noted above; (b) their past experience with regard to
study and design of water distribution systems; (c) experience in the
design of civil engineering projects in the Caribbean; (d) the firm's
experience in providing construction phase services (shop drawing
review, as-built drawing preparation, Quality Assurance Plan (QAP)
preparation, construction inspection services, and OMSI); and (e)
knowledge of local codes, laws, permits and construction materials and
practices of Caribbean; (2) Professional qualifications and technical
competence in the type of work required: Firms will be evaluated in
terms of the design staff's: (a) active professional registration and
ability to provide registration compliance with Puerto Rico
environmental law; (b) experience (with present and other firms) and
roles of staff members specifically on projects addressed in evaluation
factor number one; (c) capabilityto provide qualified backup staffing
for key personnel to ensure continuity of services and ability to surge
to meet unexpected project demands; and (d) organization and office
management as evidenced by management approach (management plan for
this project), and personnel roles in organization; (3) Sustainable
Design -- Firms will be evaluated in terms of their knowledge and
demonstrated experience in applying sustainability concepts and
principles to facilities and infrastructure problems through an
integrated design approach; (4) Ability to perform work to schedules --
Firms will be evaluated in terms of impact of this workload on the
design staff's projected workload during the contract period --
anticipate 7 concurrent taskings; (5) Past performance -- Firms will be
evaluated in terms of one or more of the following (with emphasis on
projects addressed in factor number one): (a) the process for cost
control and the key person responsible; and (b) performance
ratings/letters of recommendations received; (6) Quality Control
Program -- Firms will be evaluated on the acceptability of their
internal quality control program used to ensure technical accuracy and
discipline coordination of plans and specifications -- list key
personnel responsible;; (7) Firm location (provided that application of
this criterion leaves an appropriate number of qualified firms, given
the nature and size of the contract); (8) Volume of Work -- Firms will
be evaluated in terms of work previously awarded to the firm by DOD
with the objective of affecting an equitable distribution of DOD A&E
contracts among qualified A&E firms, including small and small
disadvantaged business firms and firms that have not had prior DOD
contracts; and (9) Small Business and Small Disadvantaged Business
Subcontracting Plan -- Firms will be evaluated on the extent to which
offerors identify and commit to small business and to small
disadvantaged business, historically black college and university, or
minority institution in performance of the contract, whether as joint
venture, teaming arrangement, or subcontractor. The following are the
published SECNAV goals for small business subcontracting support: Small
Business (SB) -- 62% Small Disadvantaged Business (SDB) -- 12%;
Women-owned Small Business (WOSB) -- 5%; Historically Black Colleges
and Universities/Minority Institutes (HBCU/MI) -- 5%. Large Business
Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary
Subcontract Report) with the Standard Form 255. The slated firms will
be required to provide a preliminary subcontracting plan (support for
small business subcontracting) as part of the interview. The contract
requires that the selected firm have an on-line access to E-mail via
the internet for routine exchange of correspondence. Firms are required
to prepare the cost estimate utilizing the NAVFAC "SUCCESS" system in
work breakdown structure (WBS), the specifications in the SPECSINTACT
system format, and all drawings shall be submitted in an AutoCAD
compatible format. The design contract scope may require evaluation and
definition of asbestos materials and toxic waste disposition. Fee
negotiations would provide for laboratory testing and subsequent
preparation of plans and specifications may require definition of
removal and/or definition of disposal process. Firms responding to this
announcement must be prepared to accept the aforementioned as a part of
their contract responsibility. The duration of the contract will be for
one (1) year from the date of an initial contract award. The proposed
contract includes 1 one (1) year Government options for the same basic
professional skills. The total A&E fee that may be paid under this
contract will not exceed $2,000,000; however, the yearly maximum may
total up to $1,000,000. No other general notification to firms for
other similar projects performed under this contract will be made. Type
of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated
start date is December 1999. -- Architect-Engineer firms which meet the
requirements described in this announcement are invited to submit
completed Standard Forms (SF) 254 (unless already on file) 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 upon synopsized evaluation factors; and provide
evidence that your firm is permitted by law to practice the professions
of architecture or engineering, i.e., State registration number. For
selection evaluation factor (1), provide the following information for
only the staff proposed for this work using these column headings:
"NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", and "TECHNICAL
ROLE". Use Block 10 of the SF 255 to provide any additional information
desired and continue Block 10 narrative discussion on plain bond paper.
All information must be included within the SF 255. Provide a synopsis
of the scope of work, point of contact and telephone number for each
project listed in SF 255Block 8. Firms having a current SF 254 on file
with this office and those responding by 4:00 p.m. EST, 28 October
1999 will be considered. Late responses will be handled in accordance
with FAR 52.215-10. Neither hand carried proposals nor facsimile
responses will be accepted. Firms responding to this advertisement are
requested to submit only one copy of qualification statements. The
qualification statements should clearly indicate the office location
where the work will be performed and the qualifications of the
individuals anticipated to work on the contract and their geographical
location. -- This proposed contract is being solicited on an
unrestricted basis, therefore, replies to this notice are requested
from all business concerns. -- The small business size standard
classification is SIC 8711 ($4,000,000). -- This is not a request for
proposals. Inquiries concerning this project should mention location
and contract number. See Note 24. Posted 09/23/99 (W-SN383862). (0266) Loren Data Corp. http://www.ld.com (SYN# 0015 19990927\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|