Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1997 PSA#1837

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 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