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