Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1998 PSA#2086

Contracting 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