|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1995 PSA#1319Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert
Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231) C -- INDEFINITE QUANTITY CONTRACT FOR REPAIRS AND ALTERATIONS TO
PETROLEUM STORAGE AND TRANSFER FACILITIES AT VARIOUS ACTIVITIES UNDER
THE COGNIZANCE OF LANTNAVFACENGCOM SOL N62470-95-R-9014 POC Contact
Miss Bayla Mack, 804-444-9676/Mr. Dean Koepp, Head, Contract Support
Branch, 804-444-9582 Architect-Engineer or Engineering Services are
required for preparation of plans, specifications, cost estimates,
related studies, and all associated engineering services for projects
to repair, alter and design new Petroleum Storage and
TransferFacilities. These facilities can include, but not be limited
to: storage tanks, gasoline systems, diesel systems, jet fuel systems,
heavy fuel oil systems, fuel issue and receipt. Area of contract
coverage is the Eastern United States, the Caribbean,and Western Europe
with much of the work planned for facilities in Southeastern Virginia.
The Government will reserve an option to negotiate post construction
award services (PCAS), construction inspection services and the
preparation of Operation andMaintenance Support Information (OMSI). The
A&E must be able to demonstrate its qualifications (with respect to the
published evaluation factors) to perform the following work: (a)
Investigate condition, troubleshoot operational problems,
andrecommend/design corrective actions related to petroleum systems;
and prepare project documentation, designs and cost estimates; (b)
Replace/repair deteriorated tanks and level control systems; (c)
Replace/upgrade deteriorated fuel pipelines/filters andpumps; (d)
Remove tank sludge and contaminated soil; (e) replace/upgrade fuel
control systems; and (f) tank inspections and reports. The A&E must
demonstrate his and each key consultant's qualifications with respect
to the published evaluation factorsfor all services. Evaluation factors
(1) through (5) are of equal importance; factors (6), (7) and (8) are
of lesser importance. Specific evaluation factors include: (1)
Specialized Experience - Firms will be evaluated in terms of: (a) their
pastexperience with regard to the investigation and design of the types
of services listed above; and (b) their knowledge and experience to
perform the work to the requirements of NAVFAC Design Manual DM 22,
Petroleum Fuel Facilities; (2) Professionalqualifications and technical
competence in the type of work required: Firms will be evaluated in
terms of the staff's: (a) active professional registration; (b)
experience (with present and other firms) and roles of staff members
specifically onprojects 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 officemanagement as evidenced
by management approach (management plan for this contract), and
personnel roles in organization; (3) Ability to perform work to
schedules and capability to manage several projects simultaneously -
Firms will be evaluated in termsof impact of this workload on the
staff's projected workload during the contract period; ability to
perform 5 taskings a year; and ability to respond immediately to
evaluate emergency operational problems; (4) Past Performance - Firms
will be evaluatedin terms of one or more of the following (with
emphasis on projects addressed in factor number one): (a) cost control
techniques employed by the firm as demonstrated by the ability to
establish an accurate project budget and design to this budget
asevidenced by the low bid amount; (b) the firm's quality of work as
demonstrated by the history of design related change orders issued
during construction; and (c) demonstrated long term business
relationships and repeat business with Government andprivate customers,
and performance awards/letters of recommendations received; (5) Quality
Control Program - Firms will be evaluated on the acceptability of their
internal quality control program used to ensure technical accuracy and
disciplinecoordination of plans and specifications; (6) Firm location
and knowledge of the locality of the contract (provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the contract) - Firmswill be
evaluated on their location with respect to the general geographical
area of the contract and their knowledge of local codes, laws, permits
and construction materials and practices of the area; (7) Volume of
Work - Firms will be evaluated interms 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 DODcontracts; and (8) Small Business and Small Disadvantaged
Business Subcontracting Plan - Firms will be evaluated on the extent
to which offerors identify and commit to small business and to small
disadvantaged business, historically black college anduniversity, or
minority institution in performance of the contract, whether as joint
venture, teaming arrangement, or subcontractor. Firms are required to
prepare the cost estimate utilizing the computerized CES, the
specifications in the SPECSINTACTsystem 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
laboratorytesting 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
contractresponsibility. The duration of the contract will be for one
(1) year from the date of an initial contract award. The proposed
contract includes a one year Government option for the same basic
professional skills. The total A&E fee that may be paidunder this
contract will not exceed $3,000,000. 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 isAugust 1995.--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
officeshown 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''. UseBlock 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 (limited to 30 pages (front and back considered 1 page)--not
lessthan 10 point font; every page that is not an SF 254 will be
included in the 30 page count); cover letter and other attachments will
not be considered in the evaluation process. Provide a synopsis of the
scope of work, point of contact and telephonenumber 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, 11 May 1995 will be
considered. Late responses will be handled in accordance with FAR
52.215-10. Neitherhand 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 wherethe 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 on an unrestricted basis, therefore,
replies to this notice arerequested from all business concerns. Before
award of contract, the Architect-Engineer (if not a Small Business
concern) shall agree in the contract, by incorporation of an acceptable
small business and small disadvantaged business subcontracting planin
accordance with FAR Part 19.7, that small business concerns and small
disadvantaged business concerns shall have the maximum practicable
opportunity to participate in contract performance consistent with its
efficient performance.--The small businesssize standard classification
is SIC 8711 ($2,500,000).--This is not a request for proposals.
Inquiries concerning this project should mention location and contract
number. See Note 24.(0094) Loren Data Corp. http://www.ld.com (SYN# 0021 19950405\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|