Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1996 PSA#1631

Officer in Charge of Construction, NAVFACENGCOM Contracts, Marianas, PSC 455, Box 175, FPO AP 96540-2200

C -- INDEFINITE QUANTITY A-E SERVICES FOR PLANNING/PROGRAMMING DOCUMENTS FOR VARIOUS BUILDINGS AND FACILITIES PROJECTS, VARIOUS LOCATIONS, GUAM, M.I. SOL N62766-96-R-0007 POC Contact Ms. Doris Castro, Contract Specialist, (671) 333-2985/7 FAX 339-4248 This proposed contract is for special project documentation of repairs, repair by replacement, maintenance and combination projects over $300,000; construction, expansion or alteration work costing over $200,000; and equipment installation over $200,000;. A combination project is a project which involves repair and maintenance; repair and construction; maintenance and construction; or repair, maintenance and construction. The construction portion of a combination project shall be less than $200,000. The Special Project Documentation shall consists of the following: Step II project format; Cost Estimate; Record of Categorical Exclusion with Letter of Concurrence from the Guam Historical Preservation Office for ''No Property'' or ''No Effect'' determination will be accomplished by PWC Environmental Dept.; Site Approval Request, Part I, Non-encumbered site) and Site Approval Request, Part II, with 9 copies of Site Approval Maps (Within Explosive Quantity Distance - ESQD); Project Data Sheet (PDS); Preliminary Hazard List (PHL), or Preliminary Hazard Analysis if appropriate; Site, Vicinity or Location Maps, and sketches. MILCON project documentation will be prepared for construction (or alteration) project costing over $300,000. MILCON project documentation will be prepared for new construction, repair, upgrade, alterations, maintenance and retrofit projects for housing units. Services for non-housing MILCON Projects: Prepare DD Forms 1391 and 1391c; Facility Study; Cost Estimate; Economic (Life Cycle Cost) Analysis; Record of Categorical Exclusion with Letter of Concurrence from the Guam Historic Preservation Office for ''No Property'' or ''No Effect'' determination will be accomplished by PWC Environmental Dept.; Site Approval Request; Project Data Sheet (PDS); Preliminary Hazard List (PHL), or Preliminary Hazard Analysis if appropriate; Site, Vicinity or Location Maps, and sketches. Services for Housing MILCON Projects: Prepare DD Forms 1391 and 1391c; Cost Estimates; Economic (Life Cycle Cost) Analysis; Record of Categorical Exclusion with Letter of Concurrence from the Guam Historical Preservation Office for ''No Property'' or ''No Effect'' determination will be accomplished by PWC Environmental Dept.; Site, Vicinity or Location Maps, Sketches, and 8x10 colored photos (3 each) and slides. All work shall be performed in accordance with A-E Guide for Architect-Engineer Firms Performing Services for the Dept. of the Navy, (PACNAVFACENGCOM P-74, November 1995), NAVFAC P-164, Detailed Inventory of Naval Shore Facilities, NAVFAC P-72, Dept.of the Navy Facility Category Codes, OPNAVINST 11010.20F, Facilities Projects Manual, NAVFACINST 11010.44E, Shore Facilities Planning, NAVFAC P-80, Facility Planning Criteria for Navy and Marine Corps Shore Installations, NAVFAC P-930, Navy Family Housing Manual, OPNAVINST 5090.1B, 36 CFR 800.4, Identifying Historic Properties, PACNAVFACENGCOM Ltr Ser 11010 202A/10212 of 17 Dec 1990, Subject: Facility System Safety Requirements in Military Construction (MCON) Project Documentation, PACNAVFACENGCOMNOTE 5100 Ser 408/20 of Nov 1992, Subject: Command Facilities System Safety Program, NAVFAC P- 442, Economic Analysis Handbook, NAVFAC Ltr Ser 11012 04A1C/1651/20Z1 of 16 Dec 1991, Subject: Economic Analysis/Life Cycle Costing for Military Construction (MILCON) Design, COMNAVFACENGCOM Ltr 11101 082T of 21 Apr 93, Subject: Economic Analysis for Family Housing Revitalization/Replacement Projects, U.S. Dept. of Commerce Energy Prices and Discount Factors for Life- Cycle Cost Analysis and NAVFACINST 6240.3A, Dept. of the Navy Pollution Control Reports. This A-E contract will be an indefinite quantity type under which engineering works are authorized on an ''as required'' basis during the life of the contract. The guaranteed minimum amount is $10,000.00. The total A-E fees for this contract shall not exceed $200,000.00 and individual fees for any one project shall not exceed $99,000.00. The contract term shall be for a period of one year, or until the $200,000.00 limit is reached, whichever occurs first. The Government has the option to extend the term of the contract in accordance with the OPTION TO EXTEND THE TERM OF THE A-E CONTRACT clause. The total contract term, including option shall not exceed 24 months. The A-E services shall include all field and office work required to complete the programming/planning documents. Field work include all required site visits and investigations to thoroughly identify scope of work and provide reliable project cost estimates. Firms responding to this announcement should indicate their business status in Block 10 of the Standard Form (SF) 255 submission. The following selection criteria, in relative order of importance, will be used in the evaluation of architect-engineer firms: (1) Recent specialized experience of the firm and proposed consultants in the type of work required especially infrastructure repair and construction in tropical environments. List projects successfully designed in the last five years (DO NOT list more than 10 projects) (2) Professional qualifications of the staff (in-house and/or consultant(s)). Specialized experience and technical competence of the proposed engineering/technical staff who will perform the work. For relevant jobs listed in Section 8 of the SF 255, the A-E firm must provide the following for each job listed: (a) relevant professional qualifications of team members, i.e., relevant experience of project team leaders, and similar recent projects completed; (b) performance rating; and (c) a reference (list of contacts) with telephone number. (3) Capacity to accomplish the work in the required time. Describe how work will be accomplished in the required time, including the composition of the team and availability of staff. (4) Past performance on contracts with DoD agencies and private industry in terms of cost control (describe process of cost control in terms of budget control throughout the design effort as well as bid result, and name of key person responsible), quality of work, and compliance with performance schedules. Describe quality control program with demonstrated results of reducing design errors and/or omissions (provide name of key person responsible). (5) Location of the firm in the general geographical area of the project and knowledge of the locality, including appropriate selection of construction material and methods; provided, that there is an appropriate number of qualified firms therein for consideration. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Volume of work previously awarded to the firm by the Department of Defense during the last 12 month period. If the selected (slated) firm is a large business concern, submission of a subcontracting plan will be required before the final selection process. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of SF 254 and SF 255 for the firm and SF 254 for each consultant listed in block 6 of the firm's SF 255. IN BLOCK 10 AND AN ADDENDUM THERETO, IF NECESSARY, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE SELECTION CRITERIA. FOR SELECTION CRITERIA (2), 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''. Show the office location where work will be done and describe the experience and location of those who will do the work. Additional information requested of applying firms: indicate solicitation number in block 2b, Contractor Establishment Code (CEC) and/or Duns number (for the address listed in block 3) and TIN number in block 3. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Firms not providing the requested information in the format (e.g., listing more than a total of 10 projects in block 8, not providing a brief description of the quality control program, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection (4). A-E firms which meet the requirements described in this announcement are invited to submit SF 254 (unless already on file) and SF 255 to Officer In Charge of Construction, NAVFACENGCOM Contracts, Marianas, PSC 455 Box 175, FPO AP 96540-2200; Location Address: Building 101, Ground Floor, U.S. Navy Public Works Center, Guam Complex, 96910. Firms responding to this announcement by 22 August 1996 at 4:00 PM (GUAM TIME) will be considered. THIS IS NOT A REQUEST FOR PROPOSAL. (0185)

Loren Data Corp. http://www.ld.com (SYN# 0022 19960705\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page