|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1998 PSA#2187Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE,
Poulsbo, WA 98370-7570 C -- ARCHITECT-ENGINEERING SERVICES FOR INDEFINITE QUANTITY CONTRACT
FOR NAVY WATERFRONT FACILITIES IN THE PUGET SOUND AREA SOL
N44255-98-D-9808 POC Joan Kaimikaua (360) 396-0262 DESCRIPTION:
Indefinite Quantity contract is required to provide engineering
services for concept studies, Design/Build Requests for Proposals
(RFPs) and/or design services for Navy waterfront facilities including
wharves and piers in the Puget Sound area. The initial (seed) project
will be for engineering services and Design/Build RFP preparation for
FY 01 MCON Project P-341, which is to demolish existing Pier D at
Puget Sound Naval Shipyard and to replace it with a pier 1310 ft long
x 150 ft wide to support homeported carrier (CVN). This will include
all pier utilities, utility tunnels, vaults and fendering as well as
necessary shoreside utility and quay wall upgrades. All requirements of
MILHNDBKS 1025/1 and 1025/2 will be addressed and will generally follow
the guidelines and criteria set forth in the Pier D Concept Study,
copies of which are available upon request at EFA NW. It is anticipated
that the selected AE firm will perform necessary testing and field
investigations, work with a Government Team to define requirements for
the pier and utilities, establish design requirements, take design to
appropriate level of detail, develop RFP package for Design/Build
Contract, and provide technical support to the Government Technical
Evaluation Team reviewing and evaluating the Design/Build Proposals.
The budgetary cost estimate for the seed project construction is $56M.
SELECTION CRITERIA: Prioritized selection criteria in descending order
of importance are: (1) Recent specialized experience and technical
competence of the firm (the office/branch actually accomplishing the
work and including subconsultants) in the design of piers and
waterfront structures and supporting utilities and specifically Navy
waterfront facilities. Specialized waterfront experience shall include,
but not be limited to site investigations, structural analysis,
utilities engineering, waterfront engineering studies, waterfront
designs, and cost analysis completed in the past five years.
Design-build experience (experience as a member of the design-build
team or the consultant preparing the RFP) is preferred, and may result
in an increased rating for this factor. Do not list more than 10
projects in Block 8 of the SF255. Indicate which consultants from the
proposed team, if any, participated in the work identified in Block 8.
Address the history and previous working relationships with the
consultants to be utilized. Teams that have successfully worked
together on waterfront projects are preferred, and may result in an
increased rating for this factor. (2) Professional qualifications of
the staff to be assigned to this project, including subconsultants, and
their respective experience in the study and design of piers and
waterfront facilities and experience with Navy waterfront facilities.
Design-build contracting experience and/or relevant experience
producing design-build bidding documents is preferred, and may result
in an increased rating for this factor. List only the team members who
will actually perform major tasks under this contract, and indicate
which of the members will perform major tasks under the seed project.
Key personnel must have professional registration in their discipline.
In block 4 of the SF 255 (Personnel by Discipline) show the entire
proposed team by listing personnel from consultants to the left of the
parentheses. In Block 7 of the SF 255, indicate branch office location
of each team member including the consultant's personnel. (3) Knowledge
of the locality of the project. Demonstrate knowledge of conditions and
requirements for design and construction in the locality. (4) Capacity
and management plan to accomplish the work in the required time
limits. Discuss the impact of this workload on the firm's permanent
staff, projected workload during the contract period, the firm's
history of successfully completing work in compliance with performance
schedules, and the firm's history of providing timely submittals.
Indicate the firm's present workload and the availability of the
project team (including consultants) forthe specific contract period.
Provide an organization chart of key personnel to be assigned to the
contract, and an organization chart of key personnel to be assigned to
the seed project. ***Note: Criteria numbers (5) through (7) shall be
used as secondary evaluation factors should the application of criteria
numbers (1) through (4) result in firms being ranked as equals.*** (5)
Location of the firm in the general geographic area, provided that the
application of this criterion leaves an appropriate number of firms
given the nature and size of this project. (6) Use of small or small
disadvantaged or women-owned business firms as primary consultants or
as subconsultants. (7) Volume of work previously awarded by the DoD to
the firm. This information shall be recorded in Block 9 of the SF 255
by listing the total amount of prime DoD fees awarded for the previous
12 months. INTERVIEWS: The most highly qualified firms will be selected
for personal interviews to discuss the application of creative
design-build approaches. The Government will provide these firms with
a format for a presentation of their proposed design-build approach to
the seed project, and will be looking for innovation, technical merit,
feasibility and clarity. The discussion will be used to help
demonstrate the technical competence of the firm, which relates to
selection criteria #1. GENERAL INFORMATION: The contract period of
performance shall not exceed a base plus two option years or a total
contract value of $5,000,000, whichever occurs first. The contract
minimum guarantee shall be $50,000. The estimated start date is Feb
1999. A small business/small disadvantaged business subcontracting plan
may be required in accordance with FAR 19.702. The Standard Industry
Code for this procurement is 8711. The small business size standard is
$2.5 million annual average gross revenue for the last three fiscal
years. Firms desiring a copy of the Pier D Concept Study shall submit
a request by fax to J. Kaimikaua, fax no (360) 396-0856 or email,
kaimikauaje@efanw.navfac.navy.mil, indicating that the firm's name,
address, telephone number and a point of contact. No more than one copy
of the study will be provided per AE team, and the copy shall be
returned to EFA NW, after selections are made. Qualified firms desiring
consideration shall submit one copy of an SF-254, and SF-255 and each
subconsultant's current SF-254 to Joan Kaimikaua, Engineering Field
Activity, Northwest, Code T2JK1, 19917 7th Avenue NE, Poulsbo, WA 98370
not later than close of business (4:00 p.m. local time) 30 days after
publication in the Commerce Business Daily. Failure to submit the
aforementioned items and the amount of DoD fees awarded to the firm
will reflect negatively on the firm's submittal during the evaluation
process. For firms applying with multiple offices, indicate the office
which completed each of the projects listed in Block 8, and list which
office is under contract for any contracts listed in Block 9 of the
SF-255. Use Block 10 of the SF-255 to provide any additional
information desired. Elaborate brochures or other presentations beyond
those sufficient to present a complete and effective response to this
announcement are not desired. Firms that design or prepare
specifications for a construction contract or procurement of supplies
cannot provide the construction or supplies. This limitation also
applies to subsidiaries and affiliates of the firm. Debriefing requests
will not be entertained prior to 45 days after the SF-254/255 submittal
due date. This project is open to all business concerns. No additional
technical information is available at this time. This is not a request
for proposals. Posted 09/22/98 (W-SN252715). (0265) Loren Data Corp. http://www.ld.com (SYN# 0013 19980924\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|