|
COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1997 PSA#1837Department 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 WATER AND WASTEWATER SYSTEM
INSPECTION, TESTING AND ANALYSIS FOR NAVAL SHORE FACILITIES SOL
N62470-97-R-3455 DUE 060597 POC Point of Contact -- Bayla Mack,
757-322-8271 -- Susan Kranes, Director, A&E and Construction Contracts
Division, 757-322-8271 E-MAIL: Architect-Engineer,
mackbl@efdlant.navfac.navy.mil. Architect-Engineer or Engineering
Services are required to inspect, test, evaluate, and analyze water
supply, transmission, treatment, and distribution systems; and
wastewater collection and treatment systems. The services are required
for Naval shore facilities that receive support services from the
Atlantic Division, Naval Facilities Engineering Command including, but
not limited to the following areas: the East Coast of the United
States (particularly Virginia and North Carolina), Italy, Puerto Rico,
Spain, Cuba, and Iceland. Services shall include, but are not limited
to: water and wastewater master plans; water and wastewater treatment
plant capacity evaluations; infiltration/inflow studies and sewer
system evaluation surveys; field verification and condition assessments
of facilities, structures, and equipment associated with water and
wastewater systems including plants, pump stations, tanks, etc.;
preparation and updating system mapping (including GIS/GPS); computer
based hydraulic analyses of water distribution systems; field tests
such as fire hydrant tests, c-factor tests, pump flow tests, wet well
drawdown tests, etc.; water audits, leak detection surveys using
electronic sonic leak detection instruments and microprocessor based
leak correlation equipment, and preparing water conservation plans;
aquifer studies; detailed coatings and structural inspections of water
storage facilities; structural evaluations of concrete tanks and
reservoirs; life cycle cost analyses and other evaluation methods for
recommending repairs and modifications to water and wastewater systems;
evaluating sewer system rehabilitation techniques. Work may be required
on multiple delivery orders in multiple geographic areas. Digital
Graphics database of any site survey may be required. If so, the
survey, and all drawings forming a part thereof, shall be submitted in
an AutoCAD compatible format, either DXF or .DWG, on DOS high density
floppy disks. Fee negotiations would provide for laboratory testing.
The A&E must demonstrate his and each key consultant's qualifications
with respect to the published evaluation factors for all services.
Evaluation factors (1) through (5) are of equal importance; factors (6)
through (9) are of lesser importance. Specific evaluation factors
include: (1) Specialized Experience -- Firms will be evaluated in terms
of: (a) their past experience in performing/providing the types of
services listed above; and (b) firms will be evaluated with respect to
their knowledge of local codes, laws, permits and construction
materials and practices of the contract area; (2) Professional
qualifications and technical competence in the type of work required:
Firms will be evaluated in terms of the 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; and (c) the proposed team's management
approach to successfully completing tasks under this contract including
their demonstratedwork experience with key consultants on similar
projects; (3) Demonstrated ability of the firm to perform three or more
task orders simultaneously at different geographic sites and
successfully meet contract schedules; (4) Past Performance -- Firms
will be evaluated in terms of quality of performance of work including
past performance on projects with this Command, other DOD agencies and
private companies; demonstrated long term business relationships and
repeat business with Government and private customers, with emphasis on
projects addressed in factor number one; (5) Quality Assurance/Quality
Control Program -- Firms will be evaluated on the acceptability of
their internal quality control program used to assess technical
accuracy in reports, to assure overall coordination between engineering
and technical disciplines and their means of ensuring quality services
from proposed subconsultants; (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 an appropriate 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&E contracts among qualified A&E firms, including
small and small disadvantaged business firms and firms that have not
had prior DOD contracts; (9) Small Business and Small Disadvantaged
Business Subcontracting Plan -- Firms will be evaluated on the extent
to which offerors identify and commit to small business and to small
disadvantaged business, historically black colleges and universities,
or minority institutions in performance of the contract, whether as
joint venture, teaming arrangement, or subcontractor. The contract
requires that the selected firm have an on-line access to E-mail via
the internet for routine exchange of correspondence. The duration of
the contract will be for one (1) year from the date of an initial
contract award. The proposed contract includes 2 (two) 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
$3,000,000; however, the yearly maximum may total up to $1,500,000. No
other general 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 30
September 1997. -- 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 shown above. 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., State registration 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 Block 10
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 telephone number 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, 5 June 1997
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 location where 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 are requested from all business
concerns. -- The small 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. (0120) Loren Data Corp. http://www.ld.com (SYN# 0025 19970502\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|