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