Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1995 PSA#1491

Naval 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