Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21,1995 PSA#1495

Navy Public Works Center Jacksonville, Code 230, Jacksonville, Florida 32212-0030

R -- INDEFINITE QUANTITY CONTRACT FOR FIRE PROTECTION ENGINEERING ARCHITECTURAL/ENGINEERING SERVICES FOR PROJECTS AT GOVERNMENT INSTALLATIONS SERVICED BY NAVY PUBLIC WORKS CENTER JACKSONVILLE SOL N68931-96-R-0023 DUE 013096 POC Ms. Samantha Shelton, Contract Specialist, (904) 772-5031, extension 8231. 17. Architect-Engineer (A&E) Services are required for Fire Protection Engineering. This contract may include preparation of Fire Protection plans, specifications and cost estimates. The Fire Protection Engineer may be required to provide code reviews, reports and related studies for various building and structure types. The Fire Protection Engineer shall review design submittals of various building and structure types from A&E firms under contract with Navy Public Works Center Jacksonville. The purpose of this review shall be to verify the contract documents are in compliance with all applicable National Fire Codes, standards and regulations. The Fire Protection Engineer shall have a thorough understanding which shall include but not be limited to, the latest editions of the following most widely used codes: the National Electrical Code (NFPA 70), the Life Safety Code (NFPA 101), the Flammable and Combustible Liquids Code (NFPA 30), the Standard for the Installation of Automatic Sprinkler Systems (NFPA 13), the Standard for the Storage and Handling of Liquefied Petroleum Gases (NFPA 58), and the Standard for Health Care Facilities (NFPA 99). In addition, the Fire Protection Engineer shall be knowledgeable of and comply with all applicable Naval Facilities Engineering Command requirements involving Fire Protection Engineering design. The Fire Protection Engineer shall provide technical assistance to the Resident Officer In Charge of Construction. This assistance may include on-site investigations, surveys, testing, certifications and inspections for various building and structure type projects under construction, shop drawing and contractor submittal review, and preparation of record drawings. The Fire Protection Engineers proposed by the A/E firm for this contract shall be registered as Certified Fire Protection Engineers. The firm shall only provide examples of various building and structure types for which both the firm and the proposed team members have done Fire Protection Enginering services. All evaluation criteria shall be addressed in Block 10 of the SF255. The work will be located within the area of Florida, Georgia, South Carolina, Puerto Rico, and Guantanamo Bay, Cuba. The firm shall be required to submit drawings in an AUTOCAD compatible format, either DXF or DWG on DOS high density 3 1/2'' floppy disks. Specifications shall be generated utilizing SPECSINTACT. The criteria listed below will be used for selection. Evaluation criteria (1) through (5) are of equal importance and criteria (6) and (7) are of less importance. Specific evaluation criteria are as follows: Criterion 1, Specialized Experience: Firms will be evaluated in terms of their past experience with regard to the services listed in the project description, Criterion 2, Qualifications: Professional qualifications and technical competence in the type of work required. The firm shall provide an organization chart and office management plan for this contract. Firms will be evaluated in terms of the following: A) experience of the firm and proposed team members specifically on Fire Protection Engineer services addressed in evaluation criteria number one, B) capability to provide qualified back-up staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands, Criterion 3, Capacity: Professional ability to perform multiple projects concurrently with a total potential fee of $200,000 per year. The firm shall document current workload, projected workload, and workload generated by this contract. The firm shall document its experience handling multiple tasking of various sizes within an abbreviated time frame, Criterion 4, Past Performance: Firms will be evaluated in terms of the following: A) demonstrated long-term business relationships and repeat business with Government and private customers, B) awards received related to Fire Protection Engineering work, C) letters of recommendations received from past and present clients, Criterion 5, Quality Control Program: Firm's internal quality control program used to ensure technical accuracy and interdisciplinary coordination of plans and specifications, Criterion 6, Geographic Location: Firms will be evaluated in terms of the following: A) Location of the firm and its knowledge of the geographical areas identified for this contract, provided that application of this criterion leaves an appropriate numbe of qualified firms, B) Knowledge of local codes, laws, permits, construction materials, and practices in the geographical areas identified for this contract, C) Knowledge of probable site conditions that may arise in these geographical areas, Criterion 7, Volume of Work: Firms will be evaluated in terms of the amount of work previously awarded to the firm by the Department of Defense (DOD). The objective being, an effective and equitable distribution of DOD Architect-Engineer contracts among qualified firms which include small, small disadvantaged businesses and firms without prior DOD contracts. The duration of contract will be for one (1) year from the date of an initial contract award or $200,000 in fees, whichever comes first. The Government reserves the option to extend the contract an additional 12 months or $200,000 in fees, whichever comes first. Subject to necessary changes, the total A&E fee that may be paid under this contract will not exceed $400,000. The work will be ordered by issuance of delivery orders at predetermined rates. Multiple awards may be made as a result of this solicitation. 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. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 Architect- Engineer and Related Services Questionnaire and 255, Architect- Engineer and Related Services Questionnaire for Specific Project to the office shown above. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) Code, if known, and Taxpayer Identification Number (TIN) in Block 3 of the SF 255. All evaluation criteria shall be addressed in Block 10 of the SF255. All information must be included within the SF 255, 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. Label the lower left hand corner of the envelope with the solicitation number. Firms responding by 4:00 p.m. EST, January 30, 1996 will be considered. Facsimile responses will not be accepted. Firms responding to this advertisement are required to submit two copies ofqualification statements. The Synopsis Qualification Statements should clearly indicate the office location where the work will be performed and identify the individuals and qualifications of those anticipated to work on the contract and their office location. This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested 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 plan in 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 business size standard classification is SIC 8711 ($2,500,000). This is not a request for proposal. See Note 24. (0353)

Loren Data Corp. http://www.ld.com (SYN# 0045 19951220\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page