Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7, 2001 PSA #2993
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES FOR PROJECTS AT MILITARY INSTALLATIONS IN VIRGINIA

Notice Date
December 5, 2001
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, Code AQ22D 1510 Gilbert Street, Norfolk, VA, 23511-2699
ZIP Code
23511-2699
Solicitation Number
N62470-02-R-7608
Response Due
January 10, 2002
Point of Contact
Bayla Mack, Program Analyst, Phone 757-322-8271, Fax 757-322-8285, Email MackBL@efdlant.navfac.navy.mil -- Robert Lemon, Contract Specialist, Phone 757-322-8144, Fax 757-322-8285, Email Lemonra@efdlant.navfac.navy.mil
Description
Architect-Engineer or Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, 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 of an architectural nature. The Government will reserve an option to negotiate final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services for all projects. Projects will be in the primary area of Southeastern Virginia. The type of architectural design projects expected to be performed under this contract are identified below. The A&E must be able to demonstrate its (and consultants) qualifications (with respect to the published evaluation factors) to perform the following work in personnel housing facilities (Bachelor Enlisted Quarters (BEQ) and Bachelor Officers? Quarters (BOQ)); office facilities; training facilities (operational, maintenance and classroom); and industrial maintenance facilities (Vehicle Maintenance Shops, Shore Intermediate Maintenance Activities, Aircraft Maintenance Hangars, Public Works Shops, Warehouses): (a) General building renovation work, i.e., repair/replacement of roofs, windows, doors, ceilings, floors, restrooms, and exterior and interior building finishes; (b) Minor building additions and construction of minor new facilities; and (c) Conduct Life Safety Code Studies and interior space planning/design studies. 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) and (8) 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 work listed above; and (b) knowledge of local codes, laws, permits and construction materials and practices of Southeastern Virginia; (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; (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 integrat ed design approach; (4) Capacity to complete up to seven taskings each year (show current and projected workload with a plan and schedule on how you propose to accomplish the 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; and (b) performance ratings/letters of recommendations received; (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); and (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. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. 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 evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for 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 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 $3,000,000; however, the yearly maximum may total up to $1,500,000. 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 March 2002. -- 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, 10 January 2002 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 100% set-aside for small business, therefore, replies to this notice are requested from all small business concerns. -- The small business size standard classification is NAICS 541310 ($4,000,000). -- This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVFAC/N62470AE/N62470-02-R-7608/listing .html)
Record
Loren Data Corp. 20011207/CSOL006.HTM (D-339 SN5144R7)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 5, 2001 by Loren Data Corp. -- info@ld.com