Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15, 2000 PSA #2748
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITIES PLANNING SERVICES/STUDIES

Notice Date
December 13, 2000
Contracting Office
Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE, Poulsbo, WA 98370-7570
ZIP Code
98370-7570
Solicitation Number
N44255-00-R-2496
Response Due
January 18, 2001
Point of Contact
Val Vitacolonna, Contracting Officer, (360) 396-0267
Description
The purpose of this contract is to obtain the services of an interdisciplinary team required to support long range and facilities planning at the Engineering Field Activity Northwest (EFANW) Office. The EFANW area of responsibility includes Washington, Idaho, Montana, Nevada, Oregon and Utah. However, the Government may issue work orders, which require delivery to or performance at multiple destinations including travel to other West Coast locations such as California and Hawaii. Services shall be accomplished in the contractor's office with the exception of such field investigations and field surveys as are required at the project site. The Government will not provide any direct supervision of the Architect/Engineer (A/E) employees. Tasking under this contract will include the following types of services, studies, or reports. Areas of functional knowledge and experience desired include airfield, industrial and waterfront operational facilities, aircraft, ship and weapons maintenance facilities, RST&E facilities, medical, supply and administrative facilities, Quality of Life (AOL) facilities (including bachelor housing, community support and Morale, Welfare and Recreation (MWR) facilities), and utilities and infrastructure. PRIORITIZED SELECTION CRITERIA IN DESCENDING ORDER OF IMPORTANCE ARE: (1) PAST PERFORMANCE by the project team on similar projects by the proposed key personnel in terms of quality of work, cost control, use of sustainable development, and compliance with performance schedules. Key personnel are the technical leaders, and managers identified in the SF255 for employment on this contract. Projects that were not performed by proposed key personnel, and projects that were performed by key personnel while working for a different firm will be given less weight in the evaluation than projects performed by key personnel under the current team structure. Provide representative examples of projects completed within the last 5 years (no more than 10 examples) with client's name, phone number and address. List recent performance evaluations and awards received by the proposed team for similar projects. Provide information on the firm's quality control program, and demonstrate how it has been used to improve performance. The definition of "similar projects" are projects that include preparation of: (a) Regional Shore Infrastructure Planning (RSIP) overview and Functional Plans (b) Activity Master Planning including Activity Planning and Management Models (APMM), and Activity Land and Facilities Assets (ALFA) Studies (c) Special Planning Studies, such as Land Use Compatibility Studies, Base Exterior Architecture Plans (BEAP), Base Closure and Related Studies and Capital Improvement Plans (d) Basic Facility Requirements (BFR) based on P-80 criteria and existing facility conditions evaluation (e) Digital Base Mapping/Aerial Photography including the development of GIS reference capability, and (f) all aspects related to the analysis and development of Military Construction Projects and preparation of all project documentation, including Economic Analysis, Facility Studies and Parametric Cost Estimates. (2) Recent SPECIALIZED EXPERIENCE and technical competence of the proposed team in the type of work described in criteria 1. Areas of functional knowledge and experience desired include airfield, industrial and waterfront operational facilities, aircraft, ship and weapons maintenance facilities, RST&E facilities, medical, supply and administrative facilities, Quality of Life (QOL) facilities (including bachelor housing, community support and Morale, Welfare and Recreation (MWR) facilities), and utilities and infrastructure. Knowledge of Navy facility missions, processes and planning procedures are highly desired. Firms that demonstrate experience in airfield, industrial and waterfront operational facilities will receive a higher rating value. (3) PROFESSIONAL QUALIFICATIONS of the staff and consultants to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in criteria 1. In block 4 of the SF 255 (Personnel by Discipline), show the entire proposed team by listing personnel employed by the Prime contractor in the blanks provided and personnel from consultants to the left in parentheses. In block 7 indicate the branch office location of each team member. (4) QUALITY CONTROL PROGRAM. Provide evidence of the prime's experience in establishing and utilizing a quality control program, including but not limited to a written plan. Identify and describe key procedures to ensure effective coordination of all project data. Show how the subcontractor's quality control programs are integrated into the prime's QC program for projects similar to those discussed in criteria 1. (5) CAPACITY of the proposed team to accomplish the work in the required time. Demonstrate the ability to complete several multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the firm's permanent staff, anticipated workload during the contract period, and the firm's history of successfully completing work in compliance with performance schedules). Indicate the firm's present and projected workload, and the availability of the proposed team members for the specified contract period. Demonstrate how the prime contractor will manage and coordinate the work of its staff and its subcontractors to produce integrated, cost effective solutions to task order assignments. Ability to respond quickly and coordinate multiple tasks between EFANW and its Activity customers. (6) LOCATION in the general geographic area of the project and knowledge of the locality of the project. ***Note: Criteria numbers (7) and (8) shall be used as secondary evaluation factors should the application of criteria numbers (1) through (6) result in firms being rated as equal. (7) SMALL BUSINESS. Use of small, small-disadvantaged or woman owned and HUBzone businesses on the proposed contract team. (8) VOLUME OF WORK awarded by DoD. List the total amount (dollar value) of DoD contract awards as the prime contractor within the past 12 months in block 9 of the SF 255. GENERAL INFORMATION: The proposed procurement will result in the award of one fixed-price indefinite quantity contract. The effective period of the contract shall be a base year plus one option year, or a total aggregate task order value of $1,500,000.00 (one million, five hundred thousand dollars), whichever occurs first. For evaluation purposes only, the estimated annual contract usage is $750,000.00. The contract minimum guarantee shall be $15,000.00 or the value established by the seed project. Individual task orders executed under this contract are not expected to exceed $500,000.00. The estimated start date for the contract is May 2001. A small business and small disadvantaged business subcontracting plan may be required in accordance with FAR 19.702. The North American Industrial Code (NAIC) for this procurement is 541310 (formerly Standard Industrial Code (SIC) 8712). The small business size standard is $4 million annual average gross revenue for the last three fiscal years. Qualified firms desiring consideration shall submit one copy of an SF-254, and SF-255 including organization chart of key personnel to be assigned to this contract and each subconsultant's current SF-254 to Ms. Val Vitacolonna, Engineering Field Activity, Northwest, Code 05EK, 19917 7th Avenue, NE, Poulsbo, Washington 98370-7570. The submittal is due not later than close of business (4:00 p.m. local time), 18 January 2001. Failure to submit the aforementioned items and the amount of DoD fees awarded to the firm will reflect negatively on the firm's submittal during the evaluation process. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Telegraphic and facsimile SF-254's and SF-255's will not be accepted. This procurement is open to all business concerns.
Record
Loren Data Corp. 20001215/CSOL004.HTM (W-348 SN508815)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 14, 2000 by Loren Data Corp. -- info@ld.com