COMMERCE BUSINESS DAILY ISSUE OF JULY 11,2000 PSA#2639 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 A&E DESIGN AND ENGINEERING
SERVICES FOR PROJECTS AT THE U. S. NAVAL BASE, GUANTANAMO BAY, CUBA SOL
N62470-00-R-3413 DUE 081400 POC Bayla L. Mack, 757-322-8271 -- Brenda
A. Perkins, Contract Specialist, 757-322-8257 E-MAIL: Click here to
contact Ms. Bayla L. Mack, mackbl@efdlant.navfac.navy.mil.
Architect-Engineer or Engineering Services are required for preparation
of plans, specifications, cost estimates, related studies, asbestos and
lead paint sampling and tests, building inspections including confined
space inspections, surveying services, 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. The Government will reserve
an option to negotiate final plans, specifications, cost estimates,
related studies, all associated engineering services, review and
approval of submittals, and all post construction award services for
all projects. Project work may consist of, but not limited to: (a) New
construction of structures such as warehouses, office buildings,
recreational facilities, ammunition and hazardous waste storage
facilities, watch towers, etc.; (b) General building renovation work;
(c) General repairs of roads, housing, refugee villages, airfield
runways and taxiways, aprons, water, storm, sanitary, fuel, telephone
and electrical distribution systems, fire and intrusion detection and
alarm systems, fire protection systems; and (d) Conduct life safety
code studies, space planning studies, general structural analysis
(including, but not limited to, roof, cranes, piers, etc.), air
conditioning building load and system sizing analyses, water and fuel
distribution system analyses, potable and plumbing system analysis,
electrical distribution and system sizing analyses and completion
building inspection. 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 sampling, evaluation, definitionand
determination of asbestos materials, lead paint and toxic waste
disposition. Fee negotiations would provide for sampling, 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 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 type of work
listed above; and (b) knowledge of local codes, laws, permits and
construction materials and practices of Guantanamo Bay Cuba;(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 and ability to provide
registration compliance with Cuban environmental law either within the
firm or via consultant; (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) Capacity to
complete up to ten taskings each year (show current and projected
workload with a plan and schedule on how you propose to accomplish this
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;
(b) performance ratings/letters of recommendations received; and (c)
demonstrated ability to respond with design efforts on extremely short
notice; (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 they identify and commit to the published Small
Business Subcontracting Program. The following are the published Naval
Facilities Engineering Command goals for small business subcontracting
support: 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 $1,500,000; however, the yearly maximum may
total up to $750,000. 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 October 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, 14 August 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
8712 ($4,000,000). -- This is not a request for proposals. Inquiries
concerning this project should mention location and contract number.
See Note 24. Posted 07/07/00 (W-SN472216). (0189) Loren Data Corp. http://www.ld.com (SYN# 0023 20000711\C-0002.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 10, 2000 by Loren Data Corp. --
info@ld.com
|
|
|