|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,2000 PSA#2607Department 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 PREPARATION OF OPERATION AND
MAINTENANCE SUPPORT INFORMATION (OMSI) AT VARIOUS NAVAL AND MARINE
ACTIVITIES WORLDWIDE UNDER THE COGNIZANCE OF THE NAVAL FACILITIES
ENGINEERING COMMAND SOL N62470-00-R-3308 DUE 062700 POC Bayla L. Mack,
757-322-8271 -- Mr. Donald L. Ewell, Contract Specialist, 757-322-4169
E-MAIL: Click here to contact Miss Bayla Mack,
mackbl@efdlant.navfac.navy.mil. Architect-Engineer or Engineering
Services are required for preparation of Operation and Maintenance
Support Information (OMSI) for construction projects and major repair
projects. Examples of such projects include, but are not limited to:
Bachelor Quarters, Missile Magazines, Armories, Aircraft Maintenance
Hangars, Medical Facility, Pier Replacement, Administration Buildings,
Religious Ministry Facility, Physical Fitness Center, Hazardous Waste
Storage, Child Development Center, Weapons Laboratory, Weapons School,
Fire Stations, and Academic Instruction Complex. Comprehensive
multidiscipline capabilities in technical engineering and architectural
services will be required to prepare the manuals based on design by
others and from construction contractor submittals (e.g., product data,
operation and maintenance data, shop drawings, basis of design, etc.).
The architect-engineer or engineering services required under this
announcement may also require preparation of Performance Work
Statements (PWS), Quality Assurance Plans (QAP), cost estimates for
Facility/Maintenance Support Contracts, Staffing Studies, and other
studies related to the operation and maintenance of new and existing
shore facilities. The A&E firm is required to use CADD, CD,
CD-R/Optical Scan and other automated systems to prepare the documents
and provide working system and data disks to the Government along with
printed documents. OMSI manuals may require input of O&M information
into Computerized Maintenance Management Systems (CMMS). The A&E firm
may be required to obtain directly from the manufacturer any missing
operation and maintenance data which was not submitted by the
construction contractor. OMSI is a product developed by an
architect-engineer during the construction period to provide clear,
comprehensive information on as-built systems to permit rapid and
efficient takeover of the facility by Public Works Forces or service
contractors, and to assure economical and safe life cycle operation,
maintenance and repair. Principle OMSI elements are: (a) Basis of
Design and Design/Operational Concept Data; (b) Data needed for
preparation of Performance Work Statements (PWS), Quality Assurance
Plans (QAP) and related Cost Estimates, as required for development of
Facilities/Maintenance Support Contracts (FSC); (c) Operating
Procedures for Routine and Emergency Start-up and Shutdown; Emergency
and Safety Instructions; (d) Operation and Maintenance Technical Data
and As-Built Product Documentation (Product Data, Shop Drawings, Test
Data, etc.); (e) Maintenance Requirements, Test Equipment, and Special
Tools; (f) Preventive Maintenance Requirements and Schedules; (g)
Troubleshooting Guides, Diagnostic Techniques, Repair Procedures; (h)
Supply Support (repair and spare parts, fuel, lubricants, etc.); (i)
Extended and Special Warranty Information; (j) Environmental
Considerations; and (k) Training Plans, Staffing Requirements and
Personnel Qualifications. 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) and (8) are of lesser importance and will
be used as "tie-breakers" among technically equal firms. Specific
evaluation factors include: (1) Specialized Experience -- Firms, and
consultants if proposed, will be evaluated in terms of: (a) their past
experience in the preparation of Operation and Maintenance Manuals,
Operating Manuals or similar documents; (b) their multidiscipline
technical experience and familiarity with preparing operation and
maintenance manuals for the various types of projects listed above; and
(c) their experience in preparing operating manuals at various
geographical locations and military activities; (2) Professional
qualifications and technical competence in the type of work required:
Firms will be evaluated in terms of the staff's: (a) active
professional registration for the prime and consultants; (b) their
staff's in-house multidiscipline technicalcapability; and (c)
experience (with present and other firms); (3) Capacity to perform work
to schedules -- Firms will be evaluated in terms of impact of this
workload on the staff's projected workload during the contract period;
(4) Past Performance -- Firms will be evaluated in terms 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 -- Firms
will be evaluated in terms of their quality of work, demonstrated
history of meeting time schedules and demonstrated long-term business
relationships and repeat business with Government and private industry,
with emphasis on projects addressed in factor (1); (5) Quality Control
Program -- Firms will be evaluated on the acceptability of their
internal quality control program used to ensure a technically accurate
product -- list key personnel responsible; (6) Local Knowledge Firms
will be evaluated withrespect to their knowledge of local codes, laws,
permits and construction materials and practices of the area of the
contract; (7) 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 (8) Small
Business and Small Disadvantaged Business Subcontracting Plan -- Firms
will be evaluated on the extent to which they identify and commit to
the published Small Business Subcontracting Program. The following are
the published Naval Facilities Engineering Command goals expressed in
terms of percentages of total planned subcontracting dollars for
utilization of small businesses as part of the contract performance:
Small Business (SB) -- 65%; Small Disadvantaged Business (SDB) -- 12%;
Women-owned Small Business (WOSB) -- 5%; HUBZone small businesses
1.5%. Large Business Firms shall submit their Navy-wide SF 295
(Standard Form 295, Summary Subcontract Report) with their 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 $2,500,000; however, the yearly maximum may
total up to $1,250,000. 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 September 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
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, 27 June 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 05/22/00 (W-SN457206). (0143) Loren Data Corp. http://www.ld.com (SYN# 0031 20000524\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|