Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1995 PSA#1366

Atlantic Division, Naval Facilities Engineering Command, 1510 Gilbert Street, Norfolk, Virginia 23511-2699 (Attention: Code 02231)

C -- ARCHITECTURAL-ENGINEERING SERVICES FOR BRAC PROJECT JREZ950034, ALTER HEAT PLANT, GRIFFISS AIR FORCE BASE, NEW YORK SOL N62470-95-R-9022 POC Contact Miss Bayla Mack, 804-444-9676/Mr. Dean Koepp, Head, Contract Support Branch, 804-444-9582 Architect-Engineer or Engineering Services are required for preparation of Parametric Estimating and Programming (PEP) (a PEP is preliminary design to the 15% level supported by full site work and related engineering services), plans,specifications, cost estimates, related studies, and all associated engineering services. Options will be established for final design, shop drawing review, and as-built drawing preparation. The Government will reserve an option to negotiate QualityAssurance Plan (QAP) preparation (provides construction contract inspection requirements), construction inspection services, and the preparation of Operation and Maintenance Support Information (OMSI). The anticipated design start date is July 1995with completion of the PEP by 1 September 1995, and design completion by 15 May 1996; construction inspection services if required start in August 1996 and end May 1997; preparation of OMSI if required may begin in April 1997 and be completed by June1997. The project includes: Modifications to the existing coal fired steam plant by converting two of the four existing boilers to natural gas firing and physically decommissioning the remaining two boilers; and installation of a natural gas pipelineto the heat plant. Considerations are to be included for use of either JP-8 jet fuel or distillate oil as an alternate backup fuel. The project is to be accomplished in two phases - the first phase will provide a gas line to the heat plant (negotiatewith the local gas company); and the second phase accomplishes the remainder of the scope. 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), and (7) are of lesser importance. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to the design of gas andfuel oil boiler plants; heating plants and natural gas pipelines; and boiler plan control systems; (b) the firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP)preparation, construction inspection services); (c) the firm's experience in preparing operation and maintenance manuals; and (d) firms will be evaluated with respect to their knowledge of Air Force design guidance; (2) Professional qualifications andtechnical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration; (b) experience (with present and other firms) and roles of staff members specifically on projectsaddressed in evaluation factor number one; (c) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (d) organization and office management asevidenced by management approach (management plan for this project), and personnel roles in organization; (3) Ability to perform the work to schedules noted above - Firms will be evaluated in terms of impact of this workload on the design staff'sprojected workload during the design period; (4) Past Performance - Firms will be evaluated in terms of one or more of the following (with emphasis on projects addressed in factor number one): (a) cost control techniques employed by the firm asdemonstrated by the ability to establish an accurate project budget and design to this budget as evidenced by the low bid amount; (b) the firm's quality of work as demonstrated by the history of design related change orders issued during construction;and (c) 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 oftheir internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications; (6) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves anappropriate 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 andconstruction materials and practices of the area; and (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&Efirms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications in the SPECSINTACT system format, and alldrawings shall be submitted in an AutoCAD compatible format. The design contract scope may require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequentpreparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. Estimatedconstruction cost is between: $1,000,000 - $5,000,000. Type of contract: Firm Fixed Price.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already onfile) 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 ispermitted 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 includedwithin the SF 255 (limited to 30 pages (front and back considered 1 page)--not less than 10 point font; every page that is not an SF 254 will be included in the 30 page count); cover letter and other attachments will not be considered in the evaluationprocess. 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, 17 July 1995 will beconsidered. 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 qualificationstatements. 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 contractis 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. Inquiriesconcerning this project should mention location and contract number. See Note 24.(0160)

Loren Data Corp. http://www.ld.com (SYN# 0024 19950612\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page