|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1999 PSA#2460Department 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 INDUSTRIAL/OPERATIONAL
FACILITIES AND UTILITIES PROJECTS IN NORTH CAROLINA SOL
N62470-99-R-3308 DUE 112499 POC Bayla L. Mack, 757-322-8271 Sharon A.
Taylor, Contract Specialist, 757-322-8258 E-MAIL: Click here to contact
Ms. Bayla Mack, mackbl@efdlant.navfac.navy.mil. Based on changed
requirements for evaluation factors for the services which will be
required under this contract, the action published in the CBD on 11
August 1999 is amended as follows. Firms who responded to the previous
announcement will be considered and need not resubmit qualifications
packages (Standard Forms 254 and 255) unless they wish to revise and/or
provide additional information. Architect-Engineer or Engineering
Services are required for preparation of DD Form 1391 Plus and
Parametric Cost Estimate (PCE) documentation (a DD Form 1391 Plus is
preparation of basic project documentation including the DD Form 1391;
a PCE is enhancement of basic documentation, and includes economic
analyses of alternatives and estimated utilities impacts), 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
Industrial/Operational Facilities and Utilities Projects in North
Carolina. 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. The
contract includes the preparation of cost data using the NAVFAC
"SUCCESS" system in work breakdown structure (WBS), DD Forms 1391,
Witness Data and site plan preparation formatted in a preliminary
engineering documentation. The work may also include surveying, soil
borings, hazardous materials identification, and energy computations.
The preliminary engineering document forms the basis of cost and scope
programming for Congressional submission or budget adjustments.
Projects can be categorized as Industrial/Operational Facilities and
Utilities and shall include, but not be limited to: aircraft
maintenance hangars, aircraft control towers, vehicle/aircraft
maintenance facilities, warehouses, and public works shops to perform
functions such as vehicle and equipment maintenance and repair;
fabrication of metal components painting, stripping, corrosion control,
blasting and finishing; maintenance, calibration and repair of
electronics, pipefitting/rigging, carpenter shops, etc.; utility
improvements; waste treatment facilities; and electronics facilities.
Firms responding to the announcement must show a range of experience
consistent with this description and consistent with the evaluation
factors provided below. 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. Permit applications must be signed and sealed by a
North Carolina Professional Engineer. Firms responding to this
announcement must be prepared to accept the aforementioned as a part of
their contract responsibility. 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 past experience with
regard to the design of (1) Aircraft Stripping/Cleaning facilities and
(2) other industrial/operational facilities such as maintenance
hangars, control towers, warehouses, electronics facilities,
maintenance shops, industrial waste treatment facilities, chemical
processing facilities and utility support systems; (b)
design/construction experience and knowledge of local codes, laws,
permits and construction materials and practices of North Carolina; (c)
experience with designing facilities using the metric system of
measurement as required by the NAVFAC Metrication Conversion Policy for
Design, Planning and Design Criteria, and NAVFAC Guide Specifications;
(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) recent experience in obtaining construction permits in coastal
North Carolina; (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
including registration in North Carolina in order to sign and seal
permit applications; (b) experience (with present and other firms) and
roles of staff members specifically on projects addressed in
evaluation factor number one; (c) capability to 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 and capacity to accomplish a variation of 5 taskings
simultaneously -- Firms will be evaluated in terms of impact of this
workload on the design staff's projected workload during the contract
period; (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) 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. The duration of the contract will be for one (1) year
from the date of an initial contract award. The proposed contract
includes two (2) 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 5,000,000; however, the yearly maximum may
total up to $2,500,000. 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 January 2000. -- 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
selectionevaluation 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 255 Block 8. Firms having a current SF 254 on file
with this office and those responding by 4:00 p.m. EST, 24 November
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 10/19/99 (W-SN392838). (0292) Loren Data Corp. http://www.ld.com (SYN# 0017 19991022\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|