|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1998 PSA#2086Contracting Officer, Naval Facilities Engineering Command, Engineering
Field Activity Chesapeake, (Attn: Code 02AE), Washington Navy Yard,
Bldg. 212, 901 M Street SE, Washington, DC 20374-5018 C -- EXPLOSIVE CONTINUOUS PROCESS, NAVAL SURFACE WARFARE CENTER,
INDIAN HEAD, MD SOL N62477-98-C-0059 DUE 060298 POC Contact Randolph
Jones, POC, 202-685-3152 WEB: EFA Chesapeake Homepage,
http://www.efdlant.navfac.navy.mil/efaches.htm. E-MAIL: Randolph Jones,
Point Of Contact, rjones@efaches.navfac.navy.mil. The work requires
Architectural and Engineering services necessary for the preparation of
studies, construction cost estimates, plans, and specifications ready
for bidding to provide an Explosive Continuous Processing Facility at
Indian Head Division, Naval Surface Warfare Center, Indian Head,
Maryland. To support the construction acquisition strategy, the A/E
contractor may be required to provide multiple construction packages,
phased construction packages, design-build construction documents, and
fully designed construction documents. The facility will have three
main structures (a material preparation building, a processing
building, and a product collection building) which will be designed for
operation from a remote control room. These buildings will be
steel-framed with insulated steel panels, concrete foundations, and
structural floors. The material preparation and product collection
buildings will incorporate reinforced concrete walls to contain
hazardous energetic (solid propellant and explosive material)
processing operations. The material preparation and product collection
buildings will be one story and the processing building will be three
stories high. Each of the three buildings will have explosion proof
electrical systems, lightening and fire protection systems, utilities,
HVAC and integrated humidification systems, support buildings,
roadways, material handling systems, industrial wastewater collection
systems, and site improvements. The three buildings will be connected
with a covered walkway system for automatic guided vehicles. Siting of
the facility will involve demolition of 20 buildings. Hazardous
materials may exist in the existing buildings and on the project site.
The A/E Contractor will be required to conduct comprehensive hazardous
material removal surveys, including testing and sampling, provide
design removal procedures and prepare construction contract documents
in accordance with applicable rules and regulations pertaining to such
hazardous materials. All hazardous materialslicenses and/or
accreditation necessary for the locality of the project site are
required by the A/E firm or their subcontractor. The preparation of
comprehensive stormwater management plans and erosion and sediment
control plans for the state of Maryland will be required. Such services
as studies, review of shop drawings, construction consultation,
construction inspection, Title II, and preparation of construction
record drawings and Operation and Maintenance (O&M) manuals may be
required at any time up to the final acceptance of all work. The
general intention is to provide for such design and engineering
services as necessary to support the procurement of these projects. The
selected A/E firm for this project will be required to provide
overhead, profit, and discipline hourly rates initially to the
Contracting Officer within 7 days after receiving the Request for
Proposal. The selected firm will also be required to participate in an
orientation and site visit meeting within seven days of notification
and provide a fee proposal within 10 days after that meeting. This will
be a firm fixed price A/E contract. The estimated design start date is
August 1998. The final plans and specifications for the first
construction contract are required 48 weeks after the project start.
The estimated cost of construction for the entire project is between
$10 and $15 million. Selection evaluation criteria, in relative order
of importance are included below. 1. Specialized experience and
professional qualifications of the architectural/engineering firm (with
its subcontractors), and the proposed project team in providing
complete design and engineering services for the project requirements
as described herein; 2. Demonstrated capabilities in sustained
accomplishment of work within established time limits; 3. Past
performance and process of the prime A/E firm (and subcontractors) in
an internal quality control/quality assurance (QC/QA) program to assure
coordinated technically accurate studies and verification of costs, and
accurate plans, specifications, and construction cost estimates; 4. The
firm's and project team's present workload; 5. Preference will be given
to firms with the capability of using CAD, SPECSINTACT, and the Success
Cost Estimating System. Each firm's past performance(s) and performance
ratings will be reviewed during the evaluation process and can affect
the selection outcome. Firms which meet the requirements listed in this
announcement are invited to submit one copy of each of the completed
Standard Forms (SF) 254 and SF 255, U.S. Government Architect-Engineer
Qualifications, to the office indicated below. Site visits will not be
arranged during the advertisement period. This proposed contract is
being solicited on an unrestricted basis. Small business size standard
SIC Code is 8711, $2.5 million annual average over a three year
period. Interested firms are requested to include telefax numbers, DUNS
number and Taxpayer Identification Number (TIN) on the SF 255 and SF
254 in Block 3 and 1, respectively. Interested firms are also requested
to include their A/E Contractor Appraisal Support System (ACASS) number
on the SF 255 in Block 3. In Block 10, state why your firm is specially
qualified based on the selection evaluation criteria. Also, use Block
10 to provide additional information desired by your firm. Only the SF
254 and SF 255 will be reviewed. Experiences identified in Block 8
should not be more than 5 years old. The A/E firm's primary person
proposed to be the direct contact with EFA CHES throughout the contract
work must be identified as the "Project Manager". Information in the
cover letter and any other attachments will not be included in the
official selection process. Submit the copies of the SF 254 and SF 255
to the mail room in EFA CHES building, Building 212, by 3:30 p.m. on
the due date. Fax copies of the SF 254 and 255 will not be accepted.
This is not a request for proposal. The selected firm may be subject to
an advisory audit performed by the Defense Contract Audit Agency.
Because this contract acquisition could result in an award over
$500,000.00, a subcontracting plan will be required of the selected
firm if the firm is a large business concern. The small disadvantaged
business set-aside goal in that subcontracting plan shall not be less
than 5 percent of the subcontracted work. This set-aside goal of not
less than 5 percent also applies to women-owned small business
concerns. This does not apply if the prime firm is a small business
concern. Effective 1 October 1997, A/E contractors are now required to
register their firms in the Central Contractor Registration database
prior to receiving a contract award. This database provides basic
business information, capabilities, and financial information to the
Government and complies with the Debt Collection Improvement Act of
1966, which requires Federal Agencies to have the Taxpayer
Identification Number of every contractor and pay every contractor
through electronic funds transfer. A/E contractors will only have to
provide this information once with annual updates or as key company
information changes occur. Registration can be accomplished through the
World Wide Web at http://www.acq.osd.mil/ec; through any DOD Certified
Value Added Network; or a paper form may be obtained by calling the
DOD Electronic Commerce Information Center at 1-800-334-3414.
Contracting Officer, Naval Facilities Engineering Command, Engineering
Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard,
Building 212, 901 M Street SE, Washington, DC 20374-5018. (0119) Loren Data Corp. http://www.ld.com (SYN# 0015 19980501\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|