Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 24,2000 PSA#2607

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 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