Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 9,1996 PSA#1591

DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER, ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET, NORFOLK, VIRGINIA 23511-2699

C -- ARCHITECTURAL-ENGINEERING SERVICES FOR INDEFINITE QUANTITY CONTRACT FOR QUALITY OF LIFE PROJECTS IN EUROPE, NORTH AFRICA AND SOUTHWESTERN ASIA SOL N62470-96-R-8026 POC Contact Miss Bayla Mack, 804-322-8271/Mr. Dean Koepp, Head, Contract Support Branch, 804-322-8270 Architect-Engineer or Engineering Services are required for preparation of DD Form 1391 Plus Documents (DD Form 1391 Plus documents is a modified Cost Certification Package), Parametric Cost Estimate (PCE) Documents (PCE is a modified ParametricEstimating and Programming (PEP) which was preliminary design to the 15% level supported by full site work and related engineering services), plans, specifications, cost estimates, related studies, all associated engineering services, shop drawingreview, as-built drawing preparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation servicesduring construction for several quality of life projects. The abovementioned work will be performed on projects primarily in Italy; however, orders may be placed at any Activity under the cognizance of Engineering Field Activity, Mediterranean (Europe,North Africa and Southwestern Asia). The A&E must be able to demonstrate its (and consultants) qualifications (with respect to the published evaluation factors) to perform the work noted above in personnel facilities (chapels, theaters, banks,libraries, shopping facilities, recreational facilities, child development centers, youth activity centers, gymnasiums, dining facilities); personnel housing facilities (Bachelor Enlisted Quarters (BEQ), Bachelor Officers' Quarters (BOQ), TransientLiving Quarters); and Department of Defense (DOD) Schools. The type of quality of life design projects expected to be performed under this contract include: (a) Building additions and construction of new facilities; (b) General building renovationwork; i.e., repair/replacement of roofs, windows, doors, ceilings, floors, restrooms, and exterior and interior building finishes; and (c) Conduct Life Safety Code Studies and interior space planning/design studies. Site work, landscaping and pavementssupporting facility operations will also be required. Project designs shall include all electrical, mechanical, plumbing, fire protection, energy conservation systems, and all necessary utilities and amenities to support proposed project functions.The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesser importance andwill be used as ''tie-breakers'' among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to the design of the types of facilities listedabove; (b) experience with designing facilities using the metric system of measurement; (c) the firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation,construction inspection services), and preparing operating and maintenance manuals; and (d) knowledge of local codes, laws, permits and construction practices of the contract area and in particular Italy; (2) Professional qualifications and technicalcompetence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) organization and office management as evidenced by management approach (management plan for these projects), and personnel roles in organization, inparticular, management's approach/plan to engage and utilize in-country consultants to assure that the design utilizes in country materials and products, and is compatible with in-country standards and codes and in-country construction practices; (b)active professional registration; (c) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; and (d) capability to provide qualified backup staffing for key personnel toensure continuity of services and ability to surge to meet unexpected project demands; (3) Ability to perform work to schedules and capability to complete up to eight taskings simultaneously (show current and projected workload with a plan and scheduleon how your propose to accomplish the work) - Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period; (4) Past Performance - Firms will be evaluated in terms of one or more of thefollowing (with emphasis on projects addressed in factor number one): (a) the process for cost control and the key person responsible; and (b) performance ratings/letters of recommendations received; (5) Quality Control Program - Firms will beevaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications - list key personnel responsible; (6) Demonstrated success in prescribing the use ofrecovered materials and achieving waste reduction and energy efficiency in facility design; (7) Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); (8)Volume of Work - Firms will be evaluated in terms 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 businessfirms and firms that have not had prior DOD contracts; and (9) 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 disadvantagedbusiness, historically black college and university, 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 computerizedCES, the specifications may be in the SPECSINTACT system 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 laboratory testing 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 theaforementioned as a part of their contract responsibility. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes four (4) one (1) year Government options for the same basicprofessional skills. The A&E fees that may be paid under this contract will not exceed $10,000,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed PriceIndefinite Quantity. Estimated start date is July 1996. Section 114 of the General Provisions of the annual U. S. Military Appropriations Bill requires that this contract can only be awarded to a U. S. firm or a U. S. firm in a joint venture with ahost country firm.--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 theoffice shown 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''.Use Block 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. Provide a synopsis of the scope of work, point of contact andtelephone number 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, 13 June 1996 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. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the officelocation where the 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 thisnotice are requested from all business concerns..--The small business size standard classification is SIC 8712 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note24. (0128)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960508\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page