|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1995 PSA#1491Naval Facilities Engineering, Command Contract Office, 901 M St, S E,
Bldg 218, PORT HUENEME CA 93043-4301 R -- INDEFINITE QUANTITY CONTRACTS FOR UNDERWATER INSPECTION,
CONDITION ASSESSMENT, AND DESIGN OF REPAIRS OF NAVAL FACILITIES,
VARIOUS LOCATIONS WORLDWIDE SOL N4740896-RM-W003 DUE 010996 POC
Contract Specialist, Ms. Loretta C Cosby, (202) 433-5310, Contracting
Officer, Ms. Corrine A Pearson, (202) 433-5313 The work includes three
indefinite quantity contracts for miscellaneous design and engineering
services for underwater (U/W) facility assessments of Government
facilities at various locations, worldwide. The general intention is
for the contractor to provide design and engineering services as will
be described and procured through appropriate delivery orders for each
contract. Underwater assessment includes, but is not limited to,
underwater inspection; engineering analysis of existing conditions in
comparison with design requirements, previous inspection reports and/or
drawings of the facilities; engineering calculations for structural
analysis with or without previous design calculations; documentation of
findings; and recommendations for follow-on actions including cost
estimates. Additional services may include the preparation of
construction contract drawings and specifications for competitive
bidding, bid analysis, post construction award services (PCAS), TITLE
II Inspection Services, engineering report review, engineering
calculations and cost estimates for necessary repairs primarily to, but
not limited to, the underwater portions of the waterfront facilities.
A waterfront facility is defined as any structure which is located on
the waterfront, or in connection with, or potentially in contact with
water, or the marine environment. This would include inland structures
that require underwater investigations. Waterfront facilities include
but are not limited to piers, wharfs, bulkheads, quaywalls, offshore
towers, potable water storage tanks, instrument support structures,
drydocks, moorings, bridge structures, underwater cables, or any
similar structures. The duration of the contracts will be for the
period of one base year, with the possibility of two option years. The
contract guaranteed minimum amount under each contract shall be
$20,000. The total amount contracted for each contract shall not exceed
$1,000,000 per year. The estimated start dateis June 1996. The selected
firms for these contracts will be required to provide a fee proposal
within ten days after receiving the Request for Proposal for each
delivery order of each contract. Each delivery order will be a firm
fixed price A&E contract. Selection evaluation criteria, in relative
order of importance, are as follows: (1) Professional Qualifications
necessary for the required services of performing underwater
inspections of Navy, Government and/or commercial
wharfs/piers/bulkheads/bridges/cable systems/ moorings/ and potable
water storage tanks using in-house professional registered
engineer-divers supervising the diving, diving themselves at least 50%
of the time, and writing most of the detailed inspection reports
themselves. Reports include narratives of structural conditions as
observed by professional engineer divers, engineering assessments of
both vertical and lateral load capabilities, specific recommendations
of repairs, estimates of costs for repairs, detailed engineering
drawings of waterfront structures and calculations for analyses of
loads and underwater photographs. Submittal of sample underwater
inspection reports and typical design packet (Plans and Specifications)
are desirable (note that the report(s) will not be returned); (2)
Specialized experience and technical competence in conducting
underwater inspections. This criteria requires evidence of firm's
diving experience and diving techniques; such as what type of diving
apparatus is preferred and why, how many of your engineers are working
professional divers (not just recreational), experience in cleaning of
structures for underwater inspection, and experience in performance of
underwater inspection of structures in turbid (zero visibility), cold
water and requiring entry into narrow, confined areas, possession of
and experience in the use of clear water boxes for underwater
photography and video. (3) Capacity of the firm to do the work in the
required time; reports are required to be completed in 60-120 days
depending on the number and/or size of the facilities in the report.
The experience of firm in providing design and engineering services for
repairs of wharfs, piers, bulkheads, and potable water storage tanks in
a timely manner. This includes Post Construction Award Services (PCAS)
and Title II inspection services; (4) Firm's past experience in
evaluating structural conditions of facilities constructd of wood,
concrete and steel by using and interpreting the results of
non-destructive testing (NDT) techniques, such as ultrasonic to
evaluate the structural integrity of steel; firm's experience in
evaluating both induced current and sacrificial anode type cathodic
protection systems on submerged structures. Firm s past experience in
performance on contracts with Government agencies and private industry
in terms of cost control and compliance with performance schedules.
(5) Firm s experience in traveling (by land or air) for underwater
inspection projects. Familiarity with travel or rental requirements for
diving apparatus. Access to local, state, and Federal regulations as
applicable to the required areas of operation. U.S. Citizenship
required for all individuals requiring access to inspection sites. (6)
Volume of underwater inspection work (both Government and commercial)
awarded to the firm during the previous three years. Volume of
underwater facilities inspected which required evaluating the
structural conditions of facilities constructed of wood, concrete and
steel. (7) Firm s quality control and quality assurance procedures for
underwater inspections, report preparation and design services.
Submittal of a sample of safe diving practices, or diving operations
manual used by the firm is desirable for review (this manual will not
be returned). This document should include a copy of the applicable
Coast Guard, OSHA, or ADC guidelines. Each firm's past performance(s)
and performance rating(s) will be reviewed during the evaluation
process, and can affect the outcome of the selection. Firms which meet
the requirements listed in this announcement are invited to submit one
copy each of the completed Standard Form (SF) 254, Architect-Engineer
and Related Services Questionnaire,'' and SF 255, ''Architect- Engineer
Related Services for Specific Project,'' to the office indicated below.
This proposed contract is being solicited on an unrestricted basis.
Firms having a current SF 254 on file with this office may also be
considered. Interested firms are requested to include on their SF 254,
in block 6, and on SF 255, in block 3a, their facsimile numbers, their
Contractor Establishment Code (CEC), formerly the Dunn and Bradstreet
('DUNS') number, and their Taxpayer Identification Number (TIN). In
Block 10, SF 255, state why your firm is specially qualified based on
the selection evaluation criteia. Furthermore, use Block 10 of SF 255
to provide additional relevant information that you desire to be known
about your firm. Firms are requested to list in Block 10, SF 255, all
openend/multi-task and/or indefinite quantity (IDQ)-type contracts
currently being performed for the Naval Facilities Engineering Service
Center (NFESC) and its subordinate activities, along with the date(s)
of award. Only the SF 254 and SF 255 will be reviewed, except as
indicated otherwise herein. Experiences identified in Block 8 of SF 255
should not be more than 5 years old. The primary person proposed to be
the direct contact with NFESC for the contract work should be
identified as the ''Project Manager.'' Information in the cover letter
and any other attachments, except as otherwise indicated above, will
not be considered in the selection process. Submit the SF 254 and SF
255 to the Naval Facilities Engineering Command Contracts Office
(NAVFACCO), Offshore Facilities Contracts Branch, Washington Navy Yard,
Building 218, 901 M Street, SE, Washington, DC, 20374- 5063, by 3:30
p.m. 30 days from the date of this publication. Should the due date
fall on a weekend or official Government holiday, the SF254 and SF255
are due on the first workday thereafter. Copies of SF 254 and SF 255
sent by facsimile 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 of over $500,000.00, a
subcontracting plan will be required by the selected firms if the firms
are large companies not qualifying as SDBS. The subcontracting plan
shall have goals of setting aside for small disadvantaged businesses
not less than 5 percent of the efforts subcontracted. This does not
apply if the prime firm is a small business. Contracting Officer, Level
II, Offshore Facilities Contracts Branch (ATTN: Code 2712), Naval
Facilities Engineering Command Contracts Office, 901 M Street, S.E.,
Building 218 Washington, D.C. 20374-5063.(0347) Loren Data Corp. http://www.ld.com (SYN# 0053 19951214\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|