Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21, 2000 PSA #2752
SOLICITATIONS

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY ARCHITECT-ENGINEER (A-E) SERVICES FOR THE PREPARATION OF PLANNING DOCUMENTS AND RELATED TECHNICAL SERVICES FOR PROJECTS AND ACTIVITIES AT VARIOUS LOCATIONS, PACIFIC AND INDIAN OCEAN AREA

Notice Date
December 19, 2000
Contracting Office
Commander, Pacific Division, Naval Facilities Engineering Command, Acquisition Department, Pacific Environment Contracts Division, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134 (Code ACQ0232)
ZIP Code
00000
Solicitation Number
N62742-01-R-1804
Point of Contact
Contact Lori Tanaka, Contract Specialist, (808) 474-0149 or Lorna Sikorski, Contracting Officer, (808) 471-5038
Description
Services include, but are not limited to the preparation of planning documents of various types normally used by the U.S. Navy, and technical services related to documents and software as may be requested by the Department of the Navy, PACNAVFACENGCOM. The primary task anticipated for the Architect-Engineer (A-E), are the originating and the updating of planning studies and documents. Additionally, the A-E may be assigned ancillary work to edit and rework incomplete or preliminary planning documents towards final completed products based on technical knowledge and skills gained by professional training and experience in the planning and maintenance of military and Government facilities and installations. Planning documents, as referred to herein, include but are not limited to any document relating to Master Plans, Capital Improvement Plans, Regional Shore Infrastructure Planning/Studies, Special Planning Studies, Air Installations Compatible Use Zones (AICUZ) Studies, Military Construction Project write-ups (normally on department of defense Form 1391), Special Projects write-up, Engineering Evaluations (EEs), Basic Facility Requirement (BFR) justifications, Economic Analyses (EA), Environmental Studies, Civil Engineering Support Plan, Land Inventory Analyses, studies, visual presentations, graphics, and/or any component or portion (not necessarily the entirety) of such documents. The work will also include the production of planning documents and studies over the Navy's intranet, including the programming of associated software necessary to or incidental thereto. Field verification survey work may also be an ancillary part of the planning process. Any preparatory work, visual presentation, briefing, study, or report which may be required prior to the initiation of any planning document listed, is also included under this scope. Planning projects may include those for other U.S. Military Commands and the U.S. Coast Guard, in the Pacific and Indian Ocean area, in addition to those of the U.S. Navy. The A-E shall provide all professional services required for the completion of planning documents, including researching data, conducting site surveys, preparing, reviewing, and editing technical text and graphics to ensure completeness and correctness of documents. When such services are required of the A-E for projects not wholly assigned to the A-E alone, the A-E must exercise professional judgment to verify the correctness and validity of the information, and the results and conclusion of the material the A-E is called upon to finalize. The A-E must analyze, coordinate, correlate, synthesize, correct, supplement, and finalize the work assigned. As an example of such an assignment, if the A-E is called upon to finalize the draft of a document or a particular graphic submitted by PACNAVFACENGCOM, the A-E shall rework such document or graphic until, in the A-E's judgment, the finished product is correct, complete, and reflective of the A-E's professional judgment and standards. Electronic software applications, as referred to herein, includes, but is not limited to: RSIP-Link, On the Shore (OTiS), or any component or portion thereof. The RSIP-Link is an interactive web-enabled tool, which presents planning data and products in an electronic format. The RSIP-Link displays both graphic and non-graphic data, which includes text, photo, graphic diagrams, pictures, data tables, and maps. In addition to the master planning information, the RSIP-Link displays facility inventory data, drill down capabilities to the building floor plans and room data, and permits query of maps and databases. The RSIP-Link is the template for electronic applications of the regional master planning efforts in the Pacific and Indian Ocean area. The RSIP-Link is accessed using Internet Explorer 4.0 or Netscape 3.0. OTiS is an electronic tool, which houses pier/wharf and ship data for all the activities in the Pacific and across the nation. OTiS is used to perform various berthing scenarios and waterfront capabilities analyses. The Government utilizes the following software suite, which conforms to the Commander In Chief, Pacific Fleet (CINCPACFLT) Information Technology 21 Century (IT-21) implementation program: WINDOWS NT 4.0 WORKSTATION, Microsoft OFFICE 97 PROFESSIONAL: WORD 97, POWERPOINT 97, EXCEL 97, ACCESS 97, Internet Explorer 4.0 and Netscape 3.0. In preparation of manuscripts, word processing files, desktop publishing documents, and spreadsheets, the A-E shall ensure compatibility with the Government's word processing software. Additional electronic software applications required are: Oracle 8.0, AutoCad r14, Microstation 5.0, Visual Basic, Visual Foxpro, ArcView, ArcIMS, ArcSDE, and HTML screens. In addition to the executable programs and data files associated with the planning software, the A-E shall also be required to produce a guide on how to use the software produced and a programmer's guide describing how to edit any planning software developed. The A-E shall also be responsible for training Government representatives on operation of the planning software and maintenance of data files. The selected A-E may be required to participate in a pre-fee meeting within ten days of notification and provide a fee proposal within ten days from the meeting. The contract will be an Indefinite Quantity type where the work will be required on an "as-needed" basis during the life of the contract providing the Government and contractor agree on the amount. Each project will be a firm fixed-price task order. The Government will determine the task order amount by using the rates negotiated for the basic contract and negotiate the effort required to perform the particular project. The contract base period shall not exceed twelve months or $1,250,000 total fee, whichever comes first. The Government guarantees a minimum amount of $25,000 for the contract. Should an impasse on the price occur over the initial or subsequent projects, the Government will apply the dollar value of the Government estimate for that project or projects toward the minimum guarantee. The Government reserves the option to extend the contract for an additional three option years, each with a maximum fee of $1,250,000 per year, for a total contract performance period of four years. There will be no further synopsis in the event the options included in the contract is exercised. Estimated date of contract award is May 2001. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualification of firm and staff proposed in the field of master planning and U.S. Navy and U.S. Marine Corps facilities planning and maintenance in the Pacific area; (2) Specialized recent experience and technical competence of particular staff members in the field of U.S. Military facilities planning and maintenance in general, and U.S. Navy and U.S. Marine Corps facilities in particular; (3) Capacity to accomplish the work in the required time; (4) Specialized experience in integrating U.S. Navy facility and land use planning information into electronic tools for use on the internet/intranet, and experience in Relational Data Base Management System (RDBMS) and Geographical Information Systems (GIS); (5) Past performance of contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (6) Architect-Engineer firm's product quality control practices/techniques; (7) Location in general geographical area of the project and knowledge of the locality of the projects, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (8) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contract among qualified A-E firms and firms that have not had Department of Defense contracts; (9) Use of Small or Small Disadvantaged or Women-owned Small Business firms shall also be considered. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can effect the selection outcome. IN BLOCK 10 OF THE SF 255 AND ANY ADDENDUM, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE EVALUATION CRITERIA. FOR SELECTION CRITERIA (2), 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". Show the office location where work will be done and describe the experience and location of those that will do the work. In addition, AE firms shall address their planned potential for use of and past performance in the use of SB, SDB, WOSB and HBCU/MI in Block 10 of the SF255. The statutory Government wide goals for the total value of all prime contract awards per fiscal year are 23% to SB, 5% to SDB, 5% to WOSB and 5% to HBCU/MI. Large business firms who are short-listed will be required to submit a subcontracting plan prior to being interviewed. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. AE firms shall provide their DUNS and ACASS number in Block 3 of the SF255. The contract will require the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. A-E firms that are interested and meet the requirements described in this announcement are invited to submit complete, updated Standard Form (SF) 254, Architect Engineer and Related Services Questionnaire, and SF255 Architect-Engineer and Related Services Questionnaire for Specific Project, to the Commander, PACNAVFACENGCOM, Acquisition Department, Pacific Environmental Contracts Division (ACQ0232) by 2:00 p.m. HST, on January 22, 2001 at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) If hand carrying: Building 223, South Avenue, Pearl Harbor, Hawaii 96860. Label lower right corner of outside mailing envelope with "A-E Services. 01-R-1804". Should the due date fall on a weekend or holiday, Standard Forms 254 and 255 will be due the first workday thereafter. A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Two copies of each form are required. Facsimile and electronic submission of Standard Forms 254 and 255 will not be accepted. This is not a request for a proposal.
Record
Loren Data Corp. 20001221/CSOL005.HTM (W-354 SN5092L8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 19, 2000 by Loren Data Corp. -- info@ld.com