|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3,1997 PSA#1754OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PSC Box 8006, Cherry
Point, NC 28533-0006 C -- INDEFINITE QUANTITY CONTRACT FOR CIVIL ENGINEERING AND DESIGN
SERVICES SOL N62470-97-D-6843 DUE 021997 POC Marsha Temple, Telephone
(919) 466-4751, Contracting Officer, M.J. Patterson, CDR, CEC, USN.
This solicitation is for civil engineering design services for various
projects at MCAS, Cherry Point, NC. This is NOT a request for
proposals. This proposed contract is being solicited on an unrestricted
basis. It shall have an initial term of one year and may be renewed for
one additional year at the option of the Government. The maximum total
fee (subject to necessary changes) shall not exceed $500,000.00,
including the option year. Engineering Services are required for field
investigations, surveying, preparation of plans, specifications, cost
estimates, related studies, and all associated engineering services,
shop drawing review, and Quality Assurance Plan preparation (provides
construction contract inspection requirements). Project work secured
under this contract will be on an as-needed basis. The initial project
which shall open this contract has not yet been determined and
specific information concerning potential upcoming projects should not
be solicited. Typical project work may include the following civil
engineering practice areas: (a) design of infrastructure maintenance
and repairs to facilities, including waterfront facilities; (b) general
building renovation work to include structural systems; (c) minor
building additions less than $300,000.00 in estimated construction
cost; (d) studies related to drainage/runoff, pollution abatement,
structural evaluation, and pavement evaluation; (e) repairs to
pavements (both street and airfield) to include pavement marking and
traffic signal design; (f) design of municipal water and sewer systems;
and (g) surveying. For design of some projects, the following
incidental services may be required: architectural, mechanical and
electrical design; sampling and testing of materials for lead paint and
asbestos; environmental permitting (including the sampling, analysis
and reports to support permit applications); analysis of soil,
groundwater, or building materials contaminated with hazardous waste or
petroleum; and preparation of contract documents for removal and
disposal of contaminated materials. Experience is required in design of
masonry, concrete, steel, wood, composites and other common structural
materials. A working knowledge of destructive and non-destructive
material sampling and testing techniques is required. Several
relatively small projects with quick turnaround times are anticipated.
Firms are required to prepare cost estimates utilizing the
computerized CES format, specifications in the SpecsIntact system
format, and drawings shall be in AutoCAD compatible format. Firms that
meet the requirements described in this announcement are required to
submit one copy each of completed SF-254 and SF-255 forms. Copies of
SF-254 forms are also required for proposed subconsultants and copies
of SF-255 forms are encouraged for proposed subconsultants who are
expected to contribute significantly to the contract. Inquiries shall
refer to contract number and title. The A&E must demonstrate his and
each key subconsultant's qualifications with respectto the published
evaluation factors for design and all option services. Evaluation
factors (1) and (2) are of equal and greatest importance; factors (6),
(7), and (8) are of lesser importance than factors (1) through (5).
Pertinent statements relative to the evaluation factors shall be
included in Part 10 of form SF-255. Superfluous information is
discouraged. Firms responding by 4:00 p.m. EST, 19 February 1997 will
be considered. Late responses will be handled in accordance with FAR
52.215-10. Specific evaluation factors include: (1) Professional
qualifications of the firm's proposed personnel and its subconsultants
(if proposed), necessary for satisfactory performance of required
services. Resumes shall be included only for key persons expected to
perform work under this contract (number of resumes shall not exceed
eight for civil engineers, two each for other disciplines), shall
identify anticipated role in performing contract work, shall show
specific location of each person's assigned office, shall list specific
training and certification, and shall highlight specific work
experience applicable to this contract, (2) Specialized recent (within
the last five years) experience of the firm (including subconsultants)
and technical competence in the type of work required. Cite examples of
prior work relationships with proposed subconsultants/associates. In
Part 8 of SF-255 provide a synopsis of the scope of work, year work
completed, point of contact and telephone number for each project
listed. Rather than demonstrating competence in the civil engineering
practice areas and incidental services by citing one project for each,
respondents are encouraged to include projects (maximum of ten) which
demonstrate use of multiple aspects of civil engineering practice to
provide an integrated approach to project design. Specific projects
listed shall include a cross reference to the names of persons
identified in evaluation factor 1 and briefly describe their role in
the project. Provide evidence that your firm is permitted by law to
practice the profession of engineering in the State of residence, i.e.,
state registration number. (3) Capacity to accomplish the work in the
required time. Describe knowledge of the work area at Cherry Point and
outlying fields. In a maximum of one page, provide a narrative and/or
chart or graph showing the anticipated backlog of work over the next
twelve month period for key personnel proposed for use in this
contract. Firms shall identify any major pending projects or
organizational changes that could impact the ability to dedicate
personnel and resources to this contract. Provide one page maximum for
you and subconsultants that describes office automation support and
systems and other supporting equipment (i.e., AutoCAD, SpecsIntact).
(4) Past performance on contracts with Government agencies and private
industry in terms of demonstrated compliance with performance
schedules and evidence of demonstrated long term business relationships
and repeat business with Government and privatecustomers. Firms may
submit letters of commendation received for the specific projects
identified in Part 8 of SF-255. (5) Quality and cost control. Provide
a one page maximum summary of how your firm approaches internal quality
control and cost control processes and procedures. Identify how these
will be maintained for all work by multiple offices and subconsultants.
Provide an example of your quality control program in action. (6)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
Relate to personnel proposed and example projects listed, if possible.
(7) Geographical office locations of the firm (including
subconsultants) that will be involved in the contract. State
anticipated mode of transportation to be used from each office and
estimate approximate mileage and typical response time. Application of
this criterion is contingent upon receiving an appropriate number of
qualified firms. (8) The volume of work previously awarded to the firm
by the Department of Defense (DOD) shall also be considered, with the
object of effecting an equitable distribution of DOD
architect-engineer contracts among qualified architect-engineer firms.
(0366) Loren Data Corp. http://www.ld.com (SYN# 0018 19970103\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|