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