Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1998 PSA#2152

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 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