Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1995 PSA#1366

Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231)

C -- INDEFINITE QUANTITY CONTRACT FOR SURVEY AND DESIGN OF CORROSION CONTROL SYSTEMS AT ACTIVITIES UNDER THE COGNIZANCE OF THE ATLANTIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND SOL N62470-95-R-6010 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 corrosion control design, design and submittal review, and inspection and testing services at various Activities within the geographical area of the Atlantic Division, Naval FacilitiesEngineering Command (East Coast of the United States, North and Central Atlantic Ocean Area, Europe, Africa, Mideast and the Caribbean Area). Corrosion control design, design and submittal review, and inspection and testing services shall include suchsystems as underground fuel storage and distribution, natural gas, water storage tanks, other utility distribution systems, antennas and ground fields, piers, waterfront facilities and other types of facilities where corrosion control measures are afactor in facility maintenance. The Government will reserve an option to negotiate post construction award services (PCAS) to include Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), constructioninspection services, and preparation of Operation and Maintenance Support Information (OMSI). Corrosion control services shall include evaluation of unprotected structures, evaluation of protective coating systems, evaluation of cathodic protectionsystems, final inspection and acceptance testing of corrosion control systems, survey plots, economic analysis of corrosion control, development of inventory of corrosion control and facilities, development of Step II project documentation per OPNAVINST11010.20E, design and design scope parameters per MIL-HDBK 1004/10, electrical engineering, civil engineering and other appropriate criteria. Firms are required to prepare the cost estimate utilizing the computerized CES and the specifications in theSPECSINTACT system format. Use of AutoCAD for survey and design development is required. The selected firm will be responsible for certifying manholes, valve pits, tanks, etc. to be ''Gas Free'' prior to entry by any member of the firm's survey team andshall be responsible for evaluation and definition of asbestos materials and other hazardous waste disposition (i.e., provide necessary testing and prepare construction documents that define removal and/or disposition process). Firms responding to thisannouncement must be prepared to accept the aforementioned as a part of their contract responsibility. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluationfactors (1) through (5) are of equal importance; factors (6)and (7) are of lesser importance. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of their past experience with regard to surveying anddesigning cathodic protection systems and protective coating systems; (2) Professional qualifications and technical competence in the type of work addressed in evaluation factor number 1: Firms will be evaluated in terms of the staff's experience (withpresent and other firms) and active professional registration and accreditation by the National Association of Corrosion Engineers as a ''Corrosion Engineer'' or professionally licensed in corrosion control; (3) Ability to perform work to schedules -Firms will be evaluated in terms of impact of this workload on the staff's projected workload during the contract period; (4) Past Performance - Firms will be evaluated in terms of the firm's quality of work as demonstrated by the history of designrelated change orders issued during construction; and demonstrated long term business relationships and repeat business with Government and private 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 discipline coordination of plans and specifications; (6) Firm location and knowledge of the locality of the contract (providedthat application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); and (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective ofaffecting 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 duration of the contract will be for one (1) year from thedate of an initial contract award. The proposed contract includes a one (1) year Government option for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $500,000. No other general notificationto 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 September 1995.--Architect-Engineer firms which meet the requirements describedin 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 especiallyqualified 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 thefollowing 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 andcontinue 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 less than 10 point font; every page that is not an SF 254 will be included inthe 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 telephone number for each project listed in SF 255 Block 8. Firms having a currentSF 254 on file with this office and those responding by 4:00 p.m. EST, 17 July 1995 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. Firmsresponding 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 individualsanticipated to work on the contract and their geographical location.--This proposed contract is set aside for small business, therefore, replies to this notice are requested from only small business concerns.--The small business size standardclassification 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.(0160)

Loren Data Corp. http://www.ld.com (SYN# 0025 19950612\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page