Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24,2000 PSA#2521

Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02211, 1510 Gilbert Street, Norfolk, Virginia 23511-2699

C -- INDEFINITE QUANTITY CONTRACT FOR MECHANICAL/ELECTRICAL DESIGN AND ENGINEERING SERVICES FOR PROJECTS AT MILITARY INSTALLATIONS IN EUROPE, NORTH AFRICA, SOUTHWESTERN ASIA, THE AZORES AND ICELAND SOL N62470-00-R-3404 DUE 022500 POC Bayla L. Mack, 757-322-8271 -- Joyce T. Chilton, Contract Specialist, 757-322-8266 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 projects of a mechanical/electrical nature. 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 abovementioned work will be performed on projects primarily in Italy; however, orders may be placed at any Activity under the cognizance of Engineering Field Activity, Mediterranean (Europe, North Africa and Southwestern Asia), the Azores and Iceland. There is likely to be a variety of mechanical/electrical 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 design work: (a) Replace/repair and new HVAC systems; (b) Replace/repair and new steam generation and distribution systems, compressed gases and plumbing systems; (c) Inspect/replace/repair and new interior and exterior electrical distribution and control systems including 20 KV systems; (d) Replace/repair fire alarm and security alarm systems and (e) Replace/repair electrical generators and transformers. 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 the types of facilities listed above; (b) experience with designing facilities using the metric system of measurement; (c) 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 (d) knowledge of local codes, laws, permits and construction materials and practices of the contract area and in particular Italy; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) organization and office management as evidenced by management approach(management plan for these projects), and personnel roles in organization, in particular, management's approach/plan to engage and utilize in-country consultants to assure that design is compatible with in-country materials, standards and codes, and in-country construction practices; (b) active professional registration; (c) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; and (d) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; (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 capability to complete up to five taskngs each year (show current and projected workload with a plan and schedule on how you propose to accomplish the work) -- 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. 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 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 $3,000,000; however, the yearly maximum may total up to $1,500,000. 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 May 00. Section 114 of the General Provisions of the annual U. S. Military Appropriations Bill requires that this contract can only be awarded to a U. S. firm or a U. S. firm in a joint venture with a host country firm. -- 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 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 25 February 2000 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 01/20/00 (W-SN417222). (0020)

Loren Data Corp. http://www.ld.com (SYN# 0011 20000124\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page