Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,2000 PSA#2655

EFA Chesapeake, Washington Navy Yard, Building 212, 1314 Harwood Street, S.E., Washington, DC 20374-5018

C -- INDEFINITE QUANTITY CONTRACT FOR CIVIL AND SANITARY DESIGN AND ENGINEERING SERVICES AT NSWC DAHLGREN VA SOL N62477-00-D-2664 POC Robert E Dungan, Contracting Officer, 540/653-3360 E-MAIL: Click here to contact the contracting officer via, dunganre@nswc.navy.mil. Architectural-Engineering (A-E) services are required for design of civil and sanitary sewage construction, repair and maintenance projects and/or studies at Naval Surface Warfare Center, Dahlgren Division. Projects under this contract will be related to the station sewage treatment plant and the sanitary sewage system. An open-end contract will be issued for a period of one year with a one-year extension option that may be exercised by the Government. If exercised by the Government, A-E will receive official notice within 60 days prior to end of first year. The estimated contract amount will not exceed $250,000 for each year. Individual fees for any delivery order may not exceed $99,000. The Government obligates itself to obtain a minimum of $6,250 in services during the term of base period. Each delivery order, or project, will be a firm fixed price A-E contract. Electronic digital format will be required for all contract documents. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 14 format or greater. All required final reports shall be produced on MS Word Software. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SISGML) using Construction Criteria Base software by the National Institute of Building Sciences. All final Construction drawings, specifications, and final reports shall be delivered to the Government in hard copy and on IBM compatible double sided/high density, 3-1/2 inch floppy disks or compact disks. Final plans and specifications shall also be furnished in Adobe Acrobat Portable Data Format (PDF). "Year 2000 Compliance: The Architect-Engineer shall insure that the hardware, firmware, software, and information technology systems separately or in combination with each other or other elements specified in the documents developed under this contract shall be year 2000 compliant in accordance with FAR 39.106." This announcement is open to all businesses regardless of size. The SIC code for this announcement is 8712 which states the business size standard to be considered a small business is a maximum of $4.0 million of average annual receipts for its preceding 3 fiscal years. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. 2. PROJECT INFORMATION: This work will include all architectural-engineering (A-E) and related services necessary to complete the design, and for A-E services during the construction phase (option). Services shall include, but not limited to, conducting site investigations, surveys, engineering calculations, preparation of technical reports, studies, concepts, designs, schedules, contract drawings and specifications, cost estimates, shop drawings/submittal reviews, construction consultation, and inspection services. If asbestos, lead paint, or other hazardous materials exist in area of project, A-E will be required to identify and provide a design which will accommodate the removal and disposal of these hazardous materials in the construction plans and specifications, in accordance with applicable rules and regulations pertaining to such hazardous materials. The initial project has not been defined at this time. Firms desiring consideration will be expected to have a sound knowledge of DOD and civilian engineering and design relating to sewage treatment plants and sanitary sewer systems. No further technical information is available. 3. SELECTION CRITERIA: The selection criteria are listed below in order of importance. 1) Specialized experience of the firm and of the staff assigned to this contract including training, experience, and licensing in the following types of work: preparation of studies, plans, specifications, and costs estimates for construction of civil and sanitary engineering projects involving sewage treatment plants and sanitary sewage systems. 2) The professional capacity of the firm to accomplish the contemplated work within the required time limits consistent with the firm's present workload. 3) The existence of a well established Quality Assurance Program within the firm's normal mode of operation. 4) Cost control effectiveness and the capability of designing economical solutions. 5) Experience of the firm with DOD/Navy contracts. 6) Present workload and anticipated workload during the contract period. 7) Firm's capability to produce contract specifications using latest version of the Navy Guide Specifications, consistent with the latest format; and capability to produce contract drawings using CADD Systems. 8) Location of the firm, within the general geographical area of the Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia. Each firm's past performance and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to, OIC, NSWCDD, Code TKO Building 108, Dahlgren Virginia 22448-5000. In SF 255, block 3b, provide the firm's ACASS number. For ACASS information call (503) 808-4605. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (project manager, architect, design engineer, etc.) and identify where the team member is located if different from SF 255, block 3b. In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the design quality management plan. Responses received by the close of business (3:30 PM) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal Holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 24 and 26. Posted 07/31/00 (W-SN480411). (0213)

Loren Data Corp. http://www.ld.com (SYN# 0013 20000802\C-0003.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on July 31, 2000 by Loren Data Corp. -- info@ld.com