Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30, 2000 PSA #2716
SOLICITATIONS

C -- INDEFINITE DELIVERY SERVICES FOR PROFESSIONAL PLANNING SERVICES IN THE SOUTHERN DIVISION AREA OF RESPONSIBILITY

Notice Date
October 26, 2000
Contracting Office
Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
ZIP Code
29419-9010
Solicitation Number
N62467- 00-R-0434
Response Due
November 29, 2000
Point of Contact
Ms. Frances J. Mitchell (843) 820-5749
Description
CORRECTION: One firm will be selected for this solicitation. The contract shall be for professional land and facilities planning services necessary for all projects and studies for activities primarily under the responsibility of the Commander, Naval Reserve Force (COMNAVRESFOR) and other clients as deemed necessary. The primary work required under the contract shall include the application of sound land and facility planning principles, processes, and applicable regulations in the development and refinement of various planning components, such as: technical reports and studies; site investigation and selection; land use compatibility plans; project programming; and architectural/engineering consultation for housing and community facilities projects. More specifically, this could include, but is not limited to, Regional Shore Infrastructure Plans and related visioning sessions; Installation Master Plans; Basic Facility Requirements studies; existing facilities assets evaluations; military construction project planning documentation (facility studies, economic analysis, etc.); budgetary cost estimates; Capital Improvement Plans; Base Exterior Architecture Plans; landscape and site sustainability studies; and special studies in support of various plans. Knowledge of the Naval Facilities Engineering Command's shore facilities planning system, the Navy's environmental planning system, and operational issues specific to the development of Naval activities is also required. The selected firm must have proven competency in web-based technology and the electronic integration of graphic, narrative, pictorial, and tabular data. The demonstrated ability in electronic integration and visualization technology support is necessary for the electronic planning applications that have been developed for Navy Shore Facility planning (facility and environmental) and master planning components of Navy Regional Commanders, major claimant activities, Marine Corps, Navy Reserves, and other federal activities. The prime/team may be required to integrate these Navy Shore Facility planning and master planning components with NAVFAC's electronic planning and management applications, such as a Regional Shore Infrastructure Plan or other activity/regional planning management models which utilize graphic, narrative, pictorial, and tabular data. The contract will provide comprehensive planning support for the Southern Division, Naval Facilities Engineering Command, Charleston, SC primarily in the following states: AL, AR, CO, FL, GA, IL, IN, IA, KS, KY, LA, MI, MN, MS, MO, NC, ND, NE, OH, OK, SC, SD, TN, TX, WI, WY and the Bahamas. The firm/team may also, on occasion, be tasked to provide the services described herein at government activities outside the SODIV AOR. These actions will be decided on a case-by-case basis as approved by the contracting officer. It is anticipated that most work will be in the SODIV AOR. This contract may use agreed-to fee schedules and may include additional ordering agents. Contract is for one base year and one (1) one-year option. The anticipated value of this contract is $3,000,000. A minimum guarantee of $30,000 is payable for the base year. We will use the following criteria for selection listed in descending order of importance. 1. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration, and experience) of individual planning team members. 2. SPECIALIZED EXPERIENCE: Recent experience (within the past 5 years) of planning/design team members individually AND collectively as a total team (A-E, Client, Outside agencies) in performing a) Regional planning studies; b) Visioning sessions to refine planning objectives; c) Facility planning studies using the Navy Shore Facilities Planning System (assets analysis, facility, planning, project documentation); d) Master Planning site design using GIS, CADD or other type computer master planning systems; e) Landscape architectural plans; f) Economic analyses for projects; and g) Related planning studies and services. 3. PERFORMANCE: Past performance ratings by Government agencies and private industry with respect to work quality, performance, and compliance with schedules and cost control. 4. CAPACITY: a) Capacity of firm and project teams to accomplish multiple projects concurrently, and b) Ability to sustain the loss of key personnel while accomplishing the work within the required time limit. 5. LOCATION: a) Knowledge of local site conditions and applicable regulatory requirements; and b) Ability of the firm to ensure timely response to response for on-site support. 6. VOLUME OF DOD WORK: firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms, including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURES, TEAMING, OR SUBCONTRACTOR UTILIZATION: A-E firms will be evaluated on the extent to which they identify and commit to small businesses, small disadvantaged businesses (SBA Certified 8a), SBA Certified HUBZone businesses, and Historically Black colleges and universities or minority institutions in performance of the contract. The current subcontracting goals established for this contract is 65% for small businesses, 12% for small disadvantaged businesses, 5% for woman-owned businesses, and 1.5% for HUBZone businesses. In order to assist the committee to more efficiently review all applications, A SUMMARY OF EXPERIENCE AS SPECIFICALLY DEFINED IN CRITERIA 1 AND 2 (EXPERIENCE AND QUALIFICATIONS AND PROPOSED TEAM STAFFING AND DEPTH OF ADDITIONAL STAFF SUPPORT) IS REQUESTED AS PART OF OR IN ADDITION TO THE SF 255 AS FOLLOWS: 1. Summarize in descending order of significance, at least three of your most relevant projects for the type of the projects required under the experience category. For each of the presented projects give the following information where applicable: a) list the currently proposed team members who worked on the projects; and b) an owner point of contact with telephone number; 2. Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration and date; f) assigned team responsibility; g) years with current firm, years with other firms; and h) percent of time committed to this team. 3. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in, the event of loss of key personnel or failure to maintain schedules. 4. A-Es responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach; an organizational chart showing the inter-relationship of management and team components and specific quality control processes used. Submit only one package. The package is to include one original SF 254 (prime and consultants) and one original SF 255 (prime only) (LIMITED TO 25 PAGES, 8 " X 11", ONE-SIDED NOT LESS THAN 12 PITCH FONT. Every page that is not a SF 254 will be included in the 25-page count). The submittal must be received in this office not later than 4:00 P.M. EASTERN TIME on WEDNESDAY, NOVEMBER 29, 2000. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 254s already on file will be used. Include telefax numbers in Block 3a and Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) Code, if known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.671-05. Label lower right corner of outside mailing envelope with "A-E Services, 00-R-0434". Surface mail should be addressed to 2155 Eagle Drive, North Charleston, SC 29406. THIS IS NOT A REQUEST FOR PROPOSAL. Site visits will not be arranged during advertise period. NAICS (formerly the SIC) is 54133. Size Standard is $4M. ADDRESS ALL RESPONSES TO ATTN: code 0213FM.
Record
Loren Data Corp. 20001030/CSOL002.HTM (W-300 SN5052L8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 26, 2000 by Loren Data Corp. -- info@ld.com