Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 20.1995 PSA#1306

Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901 M Street SE, Washington, DC 20374-5018

C -- INDEFINITE QUANTITY CONTRACT FOR FACILITIES PLANNING AND CULTURAL RESOURCES MANAGEMENT COMPONENTS, VARIOUS LOCATIONS, EFA CHESNAVFACENGCOM SOL N62477-95-D-0044 due 042495. Contact Randolph Jones, POC, 202-685-3152, KO/Bonnie Clark. The work requires architectural and engineering services to support the management and planning of Naval Shore Facilities Legacy and Cultural/Historic Resources Program requirements. The work includes the preparation of studies, plans, maps, investigations, photographs, reports, measured drawings, historical structure evaluations, and interagency agreements for Naval Shore Facilities components. The contractor shall provide or obtain professional expertise in all pertinent disciplines (particularly architectural history, archaeology, and artifact preservation), research facilities, equipment, materials and labor to provide the archaeological and historic resources management services described in the scopes of work for individual delivery orders issued by the Contracting Officer. These services may include: cultural resources literature searches, research designs, reconnaissance studies, intensive surveys, evaluation programs, mitigation (documentation (HABS/HAER), data recovery, artifact analysis and pre-storage (curation) programs, construction monitoring, underwater investigations, preparation of exhibits/interpretive materials, and other related studies/efforts. Any or all of the above services may be required during the period of this contract. All cultural and historic resource investigations shall be in compliance with the National Historic Preservation Act of 1966, as amended, Executive Order 11593, the Archaeological and Historic Preservation Act of 1974, the Archaeological Resources Protection Act of 1979, the Native American Graves Protection and Repatriation Act of 1990 and the National Environmental Policy Act of 1969. Additionally, the following implementing Code of Federal Regulations shall be adhered to: 43 CFR 7, 36 CFR 60, 36 CFR 61, 36 CFR 800 and 36 CFR 78. In particular, the contractor must have the capacity of personnel who meet the professional qualifications of 36 CFR 61, for timely assignment to simultaneous delivery orders. Additionally, appropriate State laws and regualtions governing cultural resources management shall be taken into account. The work requires the contractor to investigate, develop, and produce formal documentation in a written and/or electronic format. All components shall be prepared in accordance with appropriate Department of the Navy or Department of Defense instruction/policy as well as specific instructions contained in the scopes of work. Unless otherwise specified, the final product of specific work orders will generally be a bound report and/or an MS DOS based electronically formatted report. Bound reports shall include compilation of the required work with all appropriate back-up material, including graphics, tables, references, etc. Unless specified in the scope of work, an Executive Summary shall be included at the beginning of all reports. The selected A-E firm for this contract will be required to provide overhead, profit and anticipated disciplines' hourly rates to the Contracting Officer within ten (10) days of receiving the Request For Proposal (RFP). The first delivery order will be identified after initial award of the contract. The selected firm will also be required to participate in an orientation and site visit meeting (when requested), within seven (7) days of notification and provide a fee proposal within ten (10) days after receipt of a request for fee proposal. Each delivery order will be a firm fixed price A-E contract. The total contract amount for each contract will not exceed $1 million for the base year and $1 million for each of 2 potential one-year options. The estimated start date is August, 1995. Selection evaluation criteria, in relative order of importance are: 1. Specialized experience and professional qualifications of the firm (with its' subcontractors) in providing complete services for the contract requirements as described herein; 2. Demonstrate capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; 3. Preference will be given to firms with past experience with respect to peformance on DOD contracts; 4. Preference will be given to firms with experience in producing work that has been accepted by the States of Maryland, Virginia, and District of Columbia Historic Preservation Officers/agencies; 5. Preference will be given to firms within a 100 mile radius of Engineering Field Activity, Chesapeake, Washington, DC and knowledgeable of the general locality of the projects, provided that application of the criterion leaves an appropriate number of highly qualified firms. Each firm's past performances and ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC) - formerly the DUNS number, and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3a and 1, respectively. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 and 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A-E firm's primary person proposed to be the direct contact with EFA Chesapeake throughout the contract work must be identified as the ``Project Manager''. Information in the cover letter and any other attachments will not be included in the official selection process. Submit the SF 254 and 255 to the mail room in the EFA Chesapeake Building, Building 212, Washington Navy Yard, by 3:30 p.m. on the established due date. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. The selected firm may be subject to advisory audits performed by the Defense Contract Audit Agency. EEO compliance is required. Because this contract acquisition could result in an award over $500,000.00, a subcontrating plan will be required by the selected firm if the firm is a large business concern. Consideration will be given to firms whose subcontracting plans are more advantageous to the Government in terms of meeting or exceeding Department of Defense small and small disadvantaged business contracting goals. Firms are requested to include a statement of their small business/small disadvantaged business percentage goals in block 6 of their SF 255. The small disadvantage business set-aside goals in that subcontracting plan shall not be less than 5 percent of the subcontracted work. This does not apply if the prime firm is a small business concern. Contractor Officer, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901 M Street SE, Washington, DC 20374-5018. (075)

Loren Data Corp. http://www.ld.com (SYN# 0025 19950317\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page