Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 29,1996 PSA#1583

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 PERSONNEL SUPPORT AND ADMINISTRATIVE/TRAINING FACILITIES PROJECTS IN NORTH CAROLINA SOL N62470-96-R-8030 POC Contact Miss Bayla Mack, 804-322-8271/Mr. Dean Koepp, Head, Contract Support Branch, 804-322-8270 Architect-Engineer or Engineering Services are required for preparation of DD Form 1391 Plus and Parametric Cost Estimate (PCE) documentation (a DD Form 1391 Plus is preparation of basic project documentation including the DD Form 1391; a PCE isenhancement of basic documentation, and includes economic analyses of alternatives and estimated utilities impacts), plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawingpreparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation services during construction forPersonnel Support and Administrative/Training Facilities Projects in North Carolina. The contract includes the preparation of cost data using the Naval Facilities Engineering Command's (NAVFACENGCOM) Computer Estimating System (CES), DD Forms 1391,Witness Data and site plan preparation formatted in a preliminary engineering documentation. The work may also include surveying, soil borings, hazardous materials identification, and energy computations. The preliminary engineering document forms thebasis of cost and scope programming for Congressional submission or budget adjustments. Projects can be categorized as Personnel Support Facilities and Administrative/Training Facilities Projects and shall include, but not be limited to: mess halls,child development facilities; chapels, bowling alleys, hobby shops; administrative/training facilities such as offices, classrooms, communications centers and laboratories; general building renovation work, i.e., repair/replacement of roofs, windows,doors, building additions and construction of minor new facilities; and conduct Life Cycle Cost Analyses and Life Safety Code Studies and interior space planning/design studies. Firms responding to the announcement must show a range of experienceconsistent with this description and consistent with the evaluation factors provided below. Firms are required to prepare the cost estimate utilizing the computerized CES, the specifications in the SPECSINTACT system format, and all drawings shall besubmitted 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 subsequent preparation of plans andspecifications 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. The A&E must demonstrate his andeach key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesser importance and will be used as ''tie-breakers''among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to the design of personnel support facilities and administrative/trainingfacilities projects; (b) their past experience in the preparation of environmental permit applications for North Carolina; (c) experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication ConversionPolicy for Design, Planning and Design Criteria, and NAVFAC Guide Specifications; and (d) the firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation,construction inspection services, and OMSI); (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration including registration inNorth Carolina in order to sign and seal permit applications; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (c) capability to provide qualified backupstaffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (d) organization and office management as evidenced by management approach (management plan for this project), and personnel rolesin 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's projected workload during the design period; (4) Past Performance - Firms will be evaluated interms of one or more of the following (with emphasis on projects addressed in factor number one): (a) the process for cost control and the key person responsible; and (b) performance ratings/letters of recommendations received; (5) Quality ControlProgram - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications - list key personnel responsible; (6) Demonstrated success inprescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate numberof 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 andpractices of the area; (8) 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 andsmall disadvantaged business firms and firms that have not had prior DOD contracts; and (9) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which offerors identify and commit to smallbusiness 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. The duration of the contract will be forone (1) year from the date of an initial contract award. The proposed contract includes two (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 $3,000,000.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 September 1996.--Architect-Engineer firms whichmeet 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 selectionevaluation 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 anyadditional 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 listedin SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 3 June 1996 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals norfacsimile 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 performedand 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 businessconcerns..--The small business size standard classification is SIC 8712 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.(0116)

Loren Data Corp. http://www.ld.com (SYN# 0021 19960426\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page