|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688DEPARTMENT 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 NAPLES IMPROVEMENT
INITIATIVE (NII) MAINTENANCE SUPPORT FACILITY AND ADMINISTRATION
BUILDING, PHASE III, U. S. NAVAL SUPPORT ACTIVITY, NAPLES, ITALY SOL
N62470-96-R-8044 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 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. The anticipated design start date is 15 January 1997 with
completion of the PCE by 15 February 1997, and design completion by 1
June 1998; construction inspection services if required start in
November 1997 and end November 2000;preparation of OMSI if required may
begin in November 1998 and be completed by June 2001. The NII
Maintenance Support Facility will house the public works functions for
the U. S. Naval Support Activity, Naples. The facility will include
general shopspaces, vehicle maintenance shops, administrative spaces,
interior and exterior storage and a separate hazardous material
facility with a small office, laboratory and fuel island. This project
also includes an Applied Instruction Building for thenstruction
Battalion Detachment and contains shops, administrative spaces and bulk
storage for construction materials. The Administration Building, Phase
III, constructs an addition to the existing administration building
and will house variousoperational commands which are being relocated
from the Agnano site. Both facilities will be designed in accordance
with the Base Exterior Architectural Plan and the Capodichino
Development Plan. The A&E must demonstrate his and each key
consultant'squalifications 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 equalfirms. 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 listed above; (b) experience with
designing facilities usingthe metric system of measurement; (c) their
past experience in the preparation of design/build contracts; (d) 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 (e) knowledge of local codes,
laws, permits and construction practices Naples, Italy; (2)
Professional qualifications and technical competence in thetype 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, in particular,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)
activeprofessional 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 to ensurecontinuity of services and
ability to surge to meet unexpected project demands; (3) Ability to
perform work to schedules noted above - Firms will be evaluated in
terms of impact of this workload on the design staff's projected
workload during thecontract period; (4) Past Performance - Firms will
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)
performanceratings/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) Demonstrated success 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 anappropriate 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&Econtracts 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 and Small Disadvantaged Business
Subcontracting Plan - Firms will be evaluated on theextent to which
offerors identify and commit to small business and to small
disadvantaged business, historically black college and university, or
minority institution in performance of the contract, whether as joint
venture, teaming arrangement, orsubcontractor. Firms are required to
prepare the cost estimate utilizing the computerized CES, the
specifications may be in the SPECSINTACT system format, and all
drawings shall be submitted in an AutoCAD compatible format. The design
contract scopemay 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
ofdisposal process. Firms responding to this announcement must be
prepared to accept the aforementioned as a part of their contract
responsibility. Estimated construction cost is more than $10,000,000.
Type of contract: Firm Fixed Price. Estimatedstart date is January
1997. 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 a host
countryfirm.--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 the office shownabove. 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., Stateregistration 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
Block10 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 and telephonenumber 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, 30 October 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 office locationwhere 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 this notice arerequested 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 Note 24.(0268) Loren Data Corp. http://www.ld.com (SYN# 0016 19960925\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|