Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1996 PSA#1681

DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER, ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET, NORFOLK, VIRGINIA 23511-2699

C -- INDEFINITE DELIVERY REQUIREMENTS CONTRACT TO DEVELOP FACILITY SUPPORT CONTRACT SOLICITATION PACKAGES, VARIOUS LOCATIONS UNDER THE COGNIZANCE OF LANTNAVFACENGCOM AND SOUTHNAVFACENGCOM SOL N62470-96-R-5916 POC Contact Miss Bayla Mack, 757-322-8271/Mr. Dean Koepp, Head, Contract Support Branch, 757-322-8270 Architect-Engineer or Engineering Services are required for preparation of complete solicitation packages for Facility Support Contracts (FSCs) for service and construction type work at Various Locations under the cognizance of the Atlantic andSouthern Divisions, Naval Facilities Engineering Command. The solicitation package includes, but is not limited to: the Performance Work Statement inclusive of the Performance Requirements Summary (PRS) and applicable sketches and drawings;tractual clauses; a comprehensive Quality Assurance (QA) Plan; and detailed Government Cost Estimate (GCE). FSC packages will be prepared for stand-alone single or multi-function contracts, including Base Operating Support Services (BOSS), and arewritten in either UCF or CSI format. Examples of such work include, but are not limited to: HVAC maintenance and repair; buildings and structures maintenance and repair; solid waste collection and disposal services; elevator maintenance; railfacilities maintenance and repair; steam plant, water plant, and wastewater plant operation, maintenance and repair; transportation operation and maintenance; hazardous waste management services and environmental laboratory services; custodial andhospital housekeeping services; grounds maintenance; pest control; housing maintenance; guard services; and specialized indefinite quantity construction work such as job order contracts (JOCs); multi-trade construction (MTC); painting; roofing; paving;fencing; and fender piling. Additionally, engineering services are required to conduct training courses in Facility Support Contracting for services mentioned including, but not limited to: Quality Assurance Evaluator (QAE) Basic, PWS Writing, CostEstimating, and Small Purchase Technical Requirements. In addition, engineering services may be required to provide on-site task group participation on the management studies of activities selected for cost comparison in response to OMB Circular A-76,which will closely parallel the FSC package preparation efforts discussed above, as well as development of a Most Effective Organization (MEO) for an activity; and for evaluating customer needs/requirements and developing scopes and estimates for thework to be performed. The A&E must demonstrate his and each 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 oflesser 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 their experience in preparation of FSC packages within the past 5years; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the staff's active professional registration; multidisciplined technical experience (with present and other firms) androles of staff members specifically on projects addressed in evaluation factor number one; capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; andorganization and office management as evidenced by management approach (management plan for this contract), and personnel roles in organization; (3) Ability to perform work to schedules - Firms will be evaluated in terms of impact of this workload onthe staff's projected workload during the contract period; (4) Past Performance - Firms will be evaluated in terms of the firm's demonstrated long-term business relationships and repeat business with the Government and private customers; (5) QualityControl Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination; (6) Demonstrated success in prescribing the use of recovered materials and achievingwaste 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 number of qualified firms, given the nature and size of thecontract) - 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 and practices of the area; (8) Volume of Work - Firms willbe 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 and small disadvantaged business firms and firms that have nothad prior DOD contracts; and (9) Small Business, Small Disadvantaged Business, and Women Owned Business Subcontracting Plan - Firms will be evaluated on the extent to which offerors identify and commit to small business, small disadvantaged business,and women owned 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 for one (1) year from thedate of an initial contract award. The proposed contract includes four (4) one (1) year Government options for the same basic professional skills. The total estimated A&E fee that may be paid under this contract is $5,000,000, the estimated fee peryear is $1,000,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Delivery Requirements Contract. Estimated start date is December1996.--Architect-Engineer firms which meet 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 shownabove. 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., Stateregistration number. For selection evaluation 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 Block10 of the SF 255 to provide any additional 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 telephonenumber for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 21 October 1996 will be considered. Late responses will be handled in accordance with FAR 52.215-10.Neither hand carried proposals nor facsimile 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 locationwhere the work will be performed and 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 arerequested from all business concerns.--The small business size standard classification is SIC 8711 ($2,500,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.(0257)

Loren Data Corp. http://www.ld.com (SYN# 0017 19960916\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page