Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1996 PSA#1673

DEPARTMENT 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