|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21,1997 PSA#1787Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095,
Attn: Facilities Contracting Department, A&E Management Division, Code
02A2 C -- INDEFINITE QUANTITY A&E CONTRACT FOR CIVIL ENGINEERING DESIGN
SERVICES AT NAVAL BASE, NORFOLK AND OTHER INSTALLATIONS IN SOUTHEASTERN
VIRGINIA SOL N00187-97-R-7571 POC Mr. Robert A. Lemon, P.E.,
Contracting Officer, (757) 444-4200. Professional design services are
required for the preparation of plans, specifications, cost estimates,
related studies and all associated engineering, including sub-soil
investigations, for civil engineering projects at the Naval Base
Norfolk and other installations in Southeastern Virginia. Interested
firms must demonstrate, with respect to the evaluation factors stated
herein, to perform design of the following repair/alteration type
projects for facilities and appurtenances: sanitary sewage collection
and discharge systems (may include pretreatment); water distribution
lines, systems and storage facilities; storm sewers and drainage
systems; roadways, traffic signalization, and parking lots; airfield
runways, taxiways, aprons, and all associated
drainage/utilities/appurtenances and applicable markings and lighting;
building structures and shoreline erosion control measures. Design
could involve repair, alteration, replacement or new. This is typical
type design work, but is not all inclusive The contract is firm fixed
price. The initial conditions are 12 months or $1,000,000.00 fee from
the time of contract award, whichever occurs first. The Government
reserves an option to extend the contract for one additional year. The
estimated construction cost of most projects is normally $100,000.00
to $2,000,000.00. Studies normally are in the range of $10,000.00 to
$50,000.00. The Government reserves an option to award construction
inspection services. The firm must demonstrate its and each key
consultant's qualifications with respect to the established evaluation
factors as stated herein. Evaluation factors (1) through (5) are of
equal importance; factors (6) through (9) are of lesser importance, but
will be used to assist in the selection, especially should one or more
firms be essentially equally qualified for factors (1) through (5).
Specific evaluation factors are: (1) Professional qualifications and
technical competence of the designated design team: Firms will be
evaluated in terms of; (a) Design team, includes consultants,
experience involving civil engineering projects of a size and type
commensurate with those anticipated for this contract (include an
individual's experience with this firm or other firms provided it is
relevant). (b) Design team's knowledge of the general area of Naval
Base Norfolk and Southeastern Virginia in terms of codes, laws, permit
requirements, as demonstrated by previous project experience. (c)
Project team's active professional registrations and/or certifications
in their individual area of expertise. (d) Specific involvement of
each team member in the relevant projects listed in Block 8 of the SF
255 (if the firm has multiple office locations, the location of the
design team members must be identified) (also, if several offices will
contribute to the project team and one particular office will serve as
the project office. explain how the various team members will perform
the tasks required, if they are not all relocated to the project office
during the performance of this contract). (e) Designation of back-up
personnel and their qualifications involving relevant civil engineering
design services. (2) Firm Qualifications: Evaluation will be made in
terms of; (a) Recent civil engineering design project experience
(1991-1996) similar to the type of work as required by this contract
and as explained previously (be as specific as you can in providing
your information, including dates and location). (b) Involvement of
management personnel with this contract and their continuity with the
firm. (c) AutoCAD Release 13 or higher format capability. (3) Ability
to accomplish the work; (a) Demonstrated ability to accomplish similar
projects as anticipated for this contract in a 3-4 month time frame
after award (give specific examples). (b) Demonstrated ability to
manage multiple projects at various stages of design while maintaining
quality and meeting established completion schedules. (4) Past
performance: Firms will be evaluated in terms of; (a) Cost estimating
ability as demonstrated by comparison of civil engineering design
projects' cost estimates with the low bid on similar size and type
design projects (give specific examples) (show costs and the difference
as a percentage). (b) Ability to prepare cost estimates in the
computerized CES format, and specifications using SPECSINTACT. (c)
Demonstrated long term relationships and repeat business with
Government and private customers. (d) Recent performance awards
received. (5) Quality control program: Firms will be evaluated on the
acceptability of their quality control program used to ensure technical
accuracy and discipline coordination of designs, plans, specifications,
cost estimates, and reports/studies (an adequate summary of the program
is requested, please do not submit copies of the entire program). (6)
Firm's geographical location: Firms will be evaluated on geographic
location as regards to accessibility to Southeastern Virginia and their
demonstrated ability to respond to the demands of this contract in a
timely manner (provided thatapplication of this factor leaves an
appropriate number of qualified firms). (7) Volume of work: Firms will
be evaluated in terms of work previously awarded by DOD with the
objective of effecting an equitable distribution of DOD A&E contracts
among qualified firms, including small disadvantaged business firms and
firms that have not had prior DOD contracts. (8) Primary consultants
and sub-contractors: Firms will be evaluated on their use of small or
disadvantaged or women-owned business firms as consultants or
sub-contractors. (9) Firms will be evaluated on their experience with
projects that provide for the use of recovered materials to achieve
waste reduction, and use of energy efficiency in facility designs. This
ends the evaluation factors. Digital graphics data base of site survey
may be required; if so, the survey and all drawings forming a part
thereof shall be submitted in an AutoCAD Release 13 or higher format.
The contract scope may require evaluation and definition of asbestos or
lead materials and toxic waste disposition. A&E firms meeting the
requirements described in this announcement are invited to submit
completed current Standard Forms 254 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 on
each evaluation factor given herein. All information must be included
within the SF 254 and 255; cover letters, binders and covers and other
attachments are discouraged and will not be considered in the
evaluation process. Firms responding to this announcement by close of
business (3:45 p.m. EST) 4 April 1997, will be considered. Firms
responding should submit only one copy of the qualifications package.
Neither hand carried nor facsimile responses will be accepted. Courier
delivered packages should be sent to Facilities Contracting
Department, A&E Management Division, Second Floor Building Z-140, Room
220, Naval Base Norfolk, Virginia. This proposed contract is being
solicited on an unrestricted basis, therefore, replies to this notice
are requested from all business concerns. Before award of the contract,
the A&E, if not a small business concern, shall agree in the contract,
by incorporation of an acceptable small business and small
disadvantaged business subcontracting plan, per FAR Part 19.7, that
small business concerns and small disadvantaged business concerns shall
have maximum practicable opportunity to participate in this contract
consistent with it efficient performance. The small business size
standard classification is SIC 8712 ($2,500,000.00). This is not a
request for proposals. Inquiries concerning this contract must mention
location and contract number. See Note 24. (0050) Loren Data Corp. http://www.ld.com (SYN# 0020 19970221\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|