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