Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24,1997 PSA#1958

Department 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 WATERFRONT FACILITIES AT STATESIDE AND CARIBBEAN LOCATIONS SOL N62470-98-R-3200 DUE 120197 POC Bayla L. Mack, 757-322-8271 -- Karla H. McGrath, Head, Contract Support Branch, 757-322-8270 E-MAIL: Architect-Engineer, mackbl@efdlant.navfac.navy.mil. 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 is enhancement of basic documentation, and includes economic analyses of alternatives and estimated utilities impacts) for the Navy's Military Construction Program at Various Activities within the greater Atlantic Division, Naval Facilities Engineering Command's Stateside and Caribbean Areas of Responsibility. Services may be required within the States of Virginia, North Carolina and West Virginia; and all Caribbean Locations under the Atlantic Division, Naval Facilities Engineering Command's area of responsibility; the District of Columbia and the State of Maryland under Engineering Field Activity, Chesapeake's area of responsibility; and the States of Delaware, Pennsylvania, New Jersey, New York, Connecticut, Rhode Island, Massachusetts, New Hampshire, Maine, Vermont and Ohio under Engineering Field Division, North's area of responsibility. The Government will reserve an option to negotiate plans, specifications, cost estimates, related studies, all associated engineering services, post construction award services (PCAS) to include shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation services during construction for each project for which DD Form 1391 Plus and PCE documents have been provided under this contract and for new projects meeting the scope description provided below. The contract includes the preparation of cost data utilizing the "SUCCESS" system in Work Breakdown Structure (WBS), 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 documentation document forms the basis of cost and scope programming from Congressional submission or budget adjustments. Projects can be categorized as Waterfront Facilities and shall include, but not be limited to: (a) New piers, wharves, bulkheads, ramps, and drydock facilities; and/or replace, modify or repair existing piers, wharves, bulkheads, ramps, and drydock facilities; and modify, repair or demolish existing coastal structures; (b) Provision of shoreline protection and/or replace, modify, repair, or demolish existing coastal structures; (c) Provision of new waterfront utility services and/or replace, modify, repair or demolish existing waterfront utility services; (d) Perform structural analyses of existing waterfront structures to assess live load and/or mooring load capabilities; (e) Preparation of waterfront construction permit applications; (f) Repair/modify railroad trackage on piers and trestles; (g) Incidental Dredging; and (h) Underwater inspection. Firms responding to the announcement must show a range of experience consistent with this description and consistent with the evaluation factors provided below. Firms are required to prepare the cost estimate utilizing the computerized "SUCCESS" system, the specifications in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scope may require evaluation and definition of asbestos materials, toxic wastes, and radioactive contamination. Fee negotiations would provide for field and/or laboratory testing, and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal. 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 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 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 preparation of previous successful budget cost or cost certification documentation as required by the Navy; (b) their past experience with regard to the design of the work listed above; (c) experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning and Design Criteria, and NAVFAC Guide Specifications; (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); (e) their past experience in the preparation of design/build contracts; and (f) knowledge of local codes, laws, permits and construction materials and practices of the contract area; (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; (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 backup staffing 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 contract), and personnel roles in organization; (3) Ability to perform the work to schedules and capacity to accomplish a variation of 3 taskings simultaneously -- Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period; (4) Past performance -- Firms will be evaluated in terms 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 Control Program -- 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 in prescribing 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 number of qualified firms, given the nature and size of the contract); (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, includingsmall and small 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 small business 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 contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes 4 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 $5,000,000; however, the yearly maximum may total up to $2,000,000. 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 January 1998. -- 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 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 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 Block 10 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 telephone number 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, 1 December 1997 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 location where 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 are requested from all business concerns. -- 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. (0295)

Loren Data Corp. http://www.ld.com (SYN# 0014 19971024\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page