|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1998 PSA#2152Department 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 SERVICES SUPPORTING CRITERIA
PREPARATION, VALUE ENGINEERING, AND CUSTOMER QUALITY SURVEYS FOR
PROJECTS WITHIN THE NAVAL FACILITIES ENGINEERING COMMAND SOL
N62470-98-R-3209 DUE 090798 POC Bayla L. Mack, 757-322-8271 Brenda A.
Perkins,Contract Specialist, 757-322-8257 E-MAIL: Click here to contact
Bayla Mack via e-mail, mackbl@efdlant.navfac.navy.mil.
Architect-Engineer or Engineering Services are required for Customer
Quality Surveys, Cost Engineering, Value Engineering and Criteria
Support Services for Projects within the Naval Facilities Engineering
Command's Geographic Area. The services will include both Navy unique
and Tri-Service support in the professional areas described. The
services will encompass the application of sustainable concepts. The
services are described as follows: (a) Quality Control Services: These
shall include post construction, customer perception surveys and
constructibility/quality reviews of plans/specifications. Each action
will provide professional architect or engineering support to determine
adequacy of the product for the user; (b) Cost Engineering Support
Services: These shall include development of cost data base, parametric
building cost models, preliminary and detailed project estimates; life
cycle, economic, and risk analyses and other cost engineering support
services associated with facility construction andenvironmental
cleanup; (c) Criteria Support Services: These shall include services
relating to the review and preparation of guide specifications, design
manuals, military handbooks, computer graphics and design standard
drawings; (d) Value Engineering: The services of this contract may be
used to perform Value Engineering Studies using the Navy's conventional
five step job plan. Studies may be conducted at planning or design
start using a Function Analysis Concept Design (FACD) methodology or
conventional 40-hour tem methodology. Best Value will be determined on
life cycle cost. Studies will include focus on sustainable concepts
applicable to the facility undertaking and include technical expertise
to focus on those areas. Additional professional design support
services in this area may be rendered beyond the value analysis
application to review and/or implement specialty areas of study
recommendation. Team leaders must exhibit registration as both a CVS
and Architect or Engineer. All supporting team staff are expected to be
registered in his/her appropriate field. Documentation of all studies
shall be in the VEDIS data base format and submitted on disc.
Sustainable concepts will be an intuitive part of all criteria and
value engineering related services described in this item. In order to
assist the Command to more efficiently review all qualifications
statements, provide staffing, consultant support and experience listed
by each category of proposed work. Staff and consultant support should
clearly show each individual's background, registration(s), degrees,
years experience with the firm, years experience as consultant to your
firm (when applicable), specialized experience of the individual and
individual awards or owner/customer points of contact. Automation of
processes, and development and maintenance of engineering and criteria
databases may occur within each element of work. The A&E must
demonstrate his and each key consultant's qualifications with respect
to the published evaluation factors for allservices. Evaluation factors
(1) through (6) are of equal importance; factors (7) and (8) are of
lesser importance. Specific evaluation factors include: (1) Specialized
Experience -- Firms will be evaluated in terms of their past experience
and services in the areas of (a) Plans/Specification Quality Control
Evaluations and customer focused field surveys; (b) Cost engineering,
the variety sources and data bases used and reliability of estimates
produced. Database preparation is an integral part of the experience
related to estimating; (c) Tri-service Criteria review and preparation,
understanding the DOD criteria database and exhibited understanding of
the Department of Defense acquisition process. Database preparation
and standard design template preparation is an integral part of the
experience related to this element; (d) Value engineering study
performance using the 5-step plan, exhibiting good return, and quality
alternatives predicated on life-cycle concepts. The firm's expertise
with environmentally responsible (sustainable facility design
concepts), and specific expertise in applying "Integrated Design"
concepts and methodologies is a part of the cost engineering, criteria
and value engineering categories of work. To this end, the firm may
demonstrate process and experience with projects that minimizes energy
use, through holistic concepts and are EPA Energy Star compliant,
provide data on LEEDS ratings when used on their projects, demonstrate
site planning that improves the natural environment, maximizes solar
energy potential and use of natural light and ventilation, minimizes
off-site storm water runoff, etc.; (2) Professional qualifications and
technical competence in the type of work required (the people
responsible for the work must be professionally registered architects
and engineers and CVS when applicable, and must demonstrate experience
in the design of various types of facilities. 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) capability to provide qualified backup staffing for key personnel
to ensure continuity of services and ability to surge to meet
unexpected project demands; (3) Ability to perform the work to
schedules, i.e., ability to perform several tasks concurrently and
sustain the loss of key personnel while accomplishing the work within
required time limits -- Firms will be evaluated in terms of impact of
this workload on the staff's projected workload during the contract
period; (4) Past Performance -- Firms will be evaluated in terms of
(with emphasis on projects addressed in factor number one) demonstrated
long term business relationships and repeat business with Government
and private customers, and performance awards/letters of
recommendations received; (5) Quality Control Program -- Firms will be
evaluated on the acceptability of their internal quality control
program used to ensure technically accurate product; (6) Firm location
and knowledge of the locality of the contract (provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the contract) -- Firms will be
evaluated on their location with respect to the general geographical
area of the contract and their knowledge of local codes, laws, permits
and construction materials and practices of the area; (7) 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; and (8) Small Business, Women Owned Business,
and Small Disadvantaged Business Subcontracting Plan -- Firms will be
evaluated on the extent to which offerors identify and commit to small
business, to women owned 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, or subcontractor. Large Business Firms shall submit their
subcontracting plan with the Standard Form 255. 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 two (2) one (1) year Government
option for the same basic professional skills. The duration of the
contract will be for one (1) year from the date of an initial contract
award. The proposed contract includes 2 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 $5,000,000; however,
the yearly maximum may total up to $2,500,000. 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 1998. --
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, 7 September 1998 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. Posted 08/03/98 (W-SN231520). (0215) Loren Data Corp. http://www.ld.com (SYN# 0023 19980805\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|