|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1996 PSA#1673DEPARTMENT 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 PROFESSIONAL PLANNING AND
ENGINEERING SERVICES AT VARIOUS NAVY ACTIVITIES SOL N62470-96-R-5910
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 professional planning and engineering
services at various U. S. Navy Activities. The purpose of this contract
is to provide professional planning and engineering services at various
U. S.Naval Activities. The preponderance of work on this contract is
anticipated to occur on the East Coast of the United States, Puerto
Rico and Europe. However, an order could be issued for any base in the
world. The contractor's, experience, throughits own forces or its
consultants, for locations in the Eastern United States, Puerto Rico
and in Europe will be given greater weight during selection. The
professional planning and engineering services required are as follows:
(a) Basic FacilityRequirements (BRFs); (b) Engineering Evaluation of
Existing Facilities; (c) Navy Facility Planning Documents; (d) MCON
Project Documentation to include Cost Certifications; (e) Special
Planning Studies; (f) Economic Analysis; (g) Scoping Studies; (h)Master
Plans; (i) Engineering Feasibility Studies for Planning Proposals; (m)
Air Installations Compatible Use Zone (AICUZ) Studies; (n) Environment
Documentation (Environmental Assessments (EA), Environmental Impact
Statements (EIS), ArchaeologicalSurveys, Historic Preservation Plans,
Coastal Zone Management Plans, Endangered Species Surveys); (o)
Computer based facilities studies and computer based model development;
(p) Professional graphic services to include: (1)
Presentation/BriefingMaterial, (2) Updating Cadastral Maps, (3)
Updating Existing Condition Maps, (4) Aerial Photogrammetry for
Mapping, and (5) Development of Graphical Information Systems; (q)
Computer digitizing for any/all graphics using Intergraph Microstation,
Version5.0 or AutoCAD Release 13 or on a system capable of providing an
equivalent Tri-Service Spatial Data Standards compliant data base; and
(r) Field Surveying of Real Estate Parcels. The A&E must demonstrate
his and each key consultant's qualificationswith 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. Specificevaluation factors include: (1)
Specialized Experience - Firms will be evaluated in terms of their
familiarity and experience with DOD/Navy planning procedures and
documents; their experience in preparation of master plans/planning
studies; experiencein preparation of environmental documentation; and
Graphics capability and computer based facility modeling using
Intergraph Microstation, Version 5.0 or AutoCAD Release 13 or on a
system capable of providing an equivalent Tri-Service Spatial
DataStandards compliant data base; (2) Professional qualifications and
technical competence in the type of work required: Firms will be
evaluated in terms of the planning staff's active professional
registration; experience (with present and other firms)and roles of
staff members specifically on projects addressed in evaluation factor
number one; capability to provide qualified backup staffing for key
personnel to ensure continuity of services and ability to surge to meet
unexpected project demands;and organization and office management as
evidenced by management approach (management plan for this project),
and personnel roles in organization - for overseas projects, the
management approach/plan to engage and utilize in-country consultants
toassure compatibility with host nation standards and codes; (3)
Ability to perform work to schedules - Firms will be evaluated in terms
of impact of this workload on the planning staff's projected workload
during the contract period; (4) Past Performance- Firms will be
evaluated in terms of impact of (with emphasis on projects addressed in
factor number one) demonstrated long term business relationships and
repeat business with Government and private customers, and performance
awards/letters ofrecommendations 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 planning and engineering services - list
keypersonnel responsible; (6) Demonstrated success in prescribing the
use of recovered materials and achieving waste reduction and energy
efficiency in facility design; (7) Firm location and knowledge of the
locality of the contract (provided thatapplication of this criterion
leaves an appropriate number of qualified firms, given the nature and
size of the contract) - Firms will be evaluated on their location with
respect to the general geographical area of the contract and their
knowledge oflocal codes, laws, permits and construction materials and
practices of those areas (greater weight will be given to Eastern
United States, Puerto Rico and Europe); (8) Volume of Work - Firms will
be evaluated in terms of work previously awarded to thefirm 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 business firms and firms that have not had prior DOD
contracts; and (9) Small Business, SmallDisadvantaged Business, 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 anduniversity, or minority 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 proposedcontract
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 othergeneral notification to firms 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
therequirements 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 the office shown
above. In Block 10 of the SF 255, discuss whythe 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 evaluationfactor (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
additionalinformation 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
and telephone number for each project listed in SF 255Block 8. Firms
having a current SF 254 on file with this office and those responding
by 4:00 p.m. EST, 9 October 1996 will be considered. Late responses
will be handled in accordance with FAR 52.215-10. Neither hand carried
proposals nor facsimileresponses 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 office location where the work will be performed and
thequalifications 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 this
notice are requested from all business concerns.--Thesmall business
size standard classification is SIC 8711 ($2,500,000).--This is not a
request for proposals. Inquiries concerning this project should mention
location and contract number. See Note 24.(0247) Loren Data Corp. http://www.ld.com (SYN# 0011 19960904\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|