|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1996 PSA#1658DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER,
ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET,
NORFOLK, VIRGINIA 23511-2699 C -- INDEFINITE QUANTITY CONTRACT FOR PERSONNEL SUPPORT AND
ADMINISTRATIVE/TRAINING FACILITIES PROJECTS LOCATED IN VIRGINIA AND
WEST VIRGINIA SOL N62470-96-R-8043 POC Contact Miss Bayla Mack,
757-322-8271/Mr. Dean Koepp, Head, Contract Support Branch,
757-322-8270 Architect-Engineer or Engineering Services are required
for preparation of DD Form 1391 Plus and Parametric Cost Estimate (PCE)
documentation (a DD Form 1391 Plus is preparation of basic project
documentation including the DD Form 1391; a PCE isenhancement of basic
documentation, and includes economic analyses of alternatives and
estimated utilities impacts), plans, specifications, cost estimates,
related studies, all associated engineering services, shop drawing
review, as-built drawingpreparation, Quality Assurance Plan (QAP)
preparation (provides construction contract inspection requirements),
Operation and Maintenance Support Information (OMSI), construction
inspection and engineering consultation services during construction
forPersonnel Support and Administrative/Training Facilities Projects in
Virginia and West Virginia. The contract includes the preparation of
cost data using the Naval Facilities Engineering Command's
(NAVFACENGCOM) Computer Estimating System (CES), DDForms 1391, Witness
Data and site plan preparation formatted in a preliminary engineering
documentation. The work may also include surveying, soil borings,
hazardous materials identification, and energy computations. The
preliminary engineeringdocument forms the basis of cost and scope
programming for Congressional submission or budget adjustments.
Projects can be categorized as Personnel Support Facilities and
Administrative/Training Facilities Projects and shall include, but not
be limitedto: mess halls, child development facilities; chapels,
bowling alleys, hobby shops; administrative/training facilities such as
offices, classrooms, communications centers and laboratories; general
building renovation work, i.e., repair/replacement ofroofs, windows,
doors, building additions and construction of minor new facilities; and
conduct Life Cycle Cost Analyses and Life Safety Code Studies and
interior space planning/design studies. Firms responding to the
announcement must show a range ofexperience consistent with this
description and consistent with the evaluation factors provided below.
Firms are required to prepare the cost estimate utilizing the
computerized CES, the specifications in the SPECSINTACT system format,
and all drawingsshall 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 ofplans and
specifications may require definition of removal and/or definition of
disposal process. Firms responding to this announcement must be
prepared to accept the aforementioned as a part of their contract
responsibility. The A&E must demonstratehis 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 and will 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
personnel support facilities andadministrative/training facilities
projects; (b) experience with designing facilities using the metric
system of measurement as required by the NAVFAC Metrication Conversion
Policy for Design, Planning and Design Criteria, and NAVFAC
GuideSpecifications; (c) knowledge of local codes, laws, permits and
construction materials and practices of Virginia and West Virginia; and
(d) the firm's experience in providing construction phase services
(shop drawing review, as-built drawingpreparation, Quality Assurance
Plan (QAP) preparation, construction inspection services, and OMSI);
(2) Professional qualifications and technical competence in the type of
work required: Firms will be evaluated in terms of the design staff's:
(a)active professional registration; (b) experience (with present and
other firms) and roles of staff members specifically on projects
addressed in evaluation factor number one; (c) capability to provide
qualified backup staffing for key personnel toensure continuity of
services and ability to surge to meet unexpected project demands; and
(d) organization and office management as evidenced by management
approach (management plan for this project), and personnel roles in
organization; (3) Ability toperform work to schedules and capacity to
accomplish a variation of 5 taskings simultaneously - 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 -
Firmswill be evaluated in terms of one or more of the following (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 be evaluated 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) Demonstratedsuccess in prescribing the use
of recovered 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 thenature and size of the contract) - Firms will be
evaluated on their location with respect to the general geographical
area of the contract; (8) Volume of Work - Firms will be evaluated in
terms of work previously awarded to the firm by DOD with theobjective
of affecting an equitable distribution of DOD A&E contracts among
qualified A&E firms, including small and small disadvantaged business
firms and firms that have not had prior DOD contracts; and (9) Small
Business, Small DisadvantagedBusiness, and Women Owned Business
Subcontracting Plan - Firms will be evaluated on the extent to which
offerors identify and commit to small business, small disadvantaged
business, and women owned business, historically black college and
university, orminority institution in performance of the contract,
whether as joint venture, teaming arrangement, or subcontractor. The
duration of the contract will be for one (1) year from the date of an
initial contract award. The proposed contract includes two(2) one (1)
year Government options for the same basic professional skills. The
total A&E fee that may be paid under this contract will not exceed
$5,000,000; however, the yearly maximum may total up to $2,500,000. No
other general notification tofirms for other similar projects
performed under this contract will be made. Type of contract: Firm
Fixed Price Indefinite Quantity Contract. Estimated start date is
November 1996.--Architect-Engineer firms which meet the requirements
described inthis announcement are invited to submit completed Standard
Forms (SF) 254 (unless already on file) and 255, U. S. Government
Architect-Engineer Qualifications, to the office shown above. In Block
10 of the SF 255, discuss why the firm is especiallyqualified 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 thefollowing 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
andcontinue 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 and telephone number for each
project listed in SF 255 Block 8. Firms having acurrent SF 254 on file
with this office and those responding by 4:00 p.m. EST, 17 September
1996 will be considered. Late responses will be handled in accordance
with FAR 52.215-10. Neither hand carried proposals nor facsimile
responses will beaccepted. Firms responding to this advertisement are
requested to submit only one copy of qualification statements. The
qualification statements should clearly indicate the office location
where the work will be performed and the qualifications of
theindividuals anticipated to work on the contract and their
geographical location.--This proposed contract is being solicited on an
unrestricted basis, therefore, replies to this notice are requested
from all business concerns.--The small business sizestandard
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 Note 24.(0225) Loren Data Corp. http://www.ld.com (SYN# 0018 19960813\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|