Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1995 PSA#1463

OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PSC Box 8006, Cherry Point, NC 28533-0006

C -- FIRM-FIXED-PRICE CONTRACT FOR STRUCTURAL ENGINEERING DESIGN SERVICES Sol N62470-96-D-5832 due 120795. Contact Mr. Larry Leland, Telephone (919)466-4721, Contracting Officer, M.J. Patterson, CDR, CEC, USN. This solicitation is for a structural engineering design contract for project CP5030M ``Repairs to Trusses, Phase 2, Building 133'' involving investigation and design for the replacement of unsound wood roof trusses covering an area of approximately 80,000 SF of Naval Aviation Depot building #133. Estimated construction cost is between $1,000,000-$5,000,000. Total design fee shall not exceed $300,000. Duration of contract shall be for one year. The investigation stage shall review prior structural evaluation reports, confirm current conditions, and prepare a new report of findings. The report of findings shall include a recommended construction sequence that will produce a minimum of impact on production activities and ensure that mechanical, electrical, and fire protection needs are not unnecessarily interrupted. It shall also produce a detailed preliminary construction cost estimate. The design phase shall not commence until the investigation report has been reviewed and accepted by the Government. The design phase shall include the preparation of drawings and specifications ready for contract advertisement. New steel trusses shall meet current design standards and be capable of supporting 4,000 pound hoists. The design shall show all existing utilities on the existing trusses and show the replacement and location of these utilities on the new trusses. Post design services shall include shop drawing review. This is not a request for proposals. The design contract will be of the firm fixed price type. Typical expertise required includes structural, mechanical, electrical, and fire protection. Some identification and removal design for lead paint and asbestos materials may be needed. Firm must be prepared to accept the aforementioned as a part of their contract responsibility. The firm must demonstrate qualifications with respect to the evaluation factors stated herein. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) and (2) are of equal and greatest importance; factors (6) and (7) are of lesser importance than factors (1) through (5). Pertinent statements relative to the evaluation factors shall be included in Part 10 of Form SF 255. Superfluous information is discouraged. Specific evaluation factors include: (1) Professional qualifications of the firm's proposed personnel and its consultants (if proposed), necessary for satisfactory performance of required services. Resumes shall be included only for key persons expected to perform work under this contract, shall show location of assigned office, shall briefly describe anticipated role in performing contract work, and shall highlight specific training, certification and experience relative to anticipated contract project assignments. (2) Specialized recent experience of the firm (including consultants) and technical competence in the type of work required. Cite examples of prior work relationship) with proposed consultants/associates. In SF 255 Block 8, provide a synopsis of the scope of work, point of contact and telephone number for each project listed. Specific projects listed shall include a cross reference to the names of persons identified in evaluation factor 1. Provide evidence that your firm is permitted by law to practice the profession of engineering in the State of residence, i.e., state registration number. (3) Capacity to accomplish the work in the required time. Firms shall indicate projected workloads through the life of the contract and shall identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules for projects listed in Block 8 and evidence of demonstrated long term business relationships and repeat business with Government and private customers. Firms are encouraged to submit contact names, performance ratings, and letters of commendation received for the specific projects identified in evaluation factor 2. (5) Specific internal quality control procedures proposed for projects of this nature. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination for engineering services, plans and specifications. (6) Geographical location of the firm (including consultants) and knowledge of the locality of the work area. Application of this criteria is contingent upon receiving an appropriate number of qualified firms, given the nature and size of the project. (7) The volume of work previously awarded to the firm by the Department of Defense (DOD) shall also be considered, with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms. Firms shall list contract titles and the total dollar value of DOD contracts that they have been awarded over the last twelve month period. Firms which meet the requirements described in this announcement are required to submit one copy each of completed SF 254 and SF 255 forms. Copies of SF 254 forms are also required for proposed consultants and copies of SF 255 forms are encouraged for proposed consultants who are expected to contribute significantly to the contract. Inquiries shall refer to contract number and title. This proposed contract is being solicited on an unrestricted basis. (299)

Loren Data Corp. http://www.ld.com (SYN# 0022 19951030\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page