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