Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125

CG, MCAS Cherry Point, Facilities, OIC NAVFAC Contracts, Building 163, PSC Box 8006, Cherry Point, NC 28533

C -- INDEFINITE QUANTITY CONTRACT FOR SURVEYING AND CIVIL ENGINEERING SERVICES, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA SOL N62470-98-D-6251 DUE 081098 POC Marsha Temple, Contract Specialist (252) 466-4751 This solicitation is for professional surveying services and civil engineering and design services for various projects at MCAS Cherry Point, NC. This is NOT a request for proposals. The proposed contract is being solicited on an unrestricted basis. It shall have an initial term of one year from the date of the initial contract award 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 $200,000, including the option year. Typical project work may include survey of existing and installation of new control monuments, survey of existing facilities and surface features to determine existing horizontal locations and elevations, and survey of property lines. For some projects, incidental civil engineering design services may be required for building sites, including pavements and storm drainage. Some relatively small projects with quick turnaround times should be anticipated. Survey firms shall have GPS equipment andshall have the capability and experience using GPS to perform surveys. Survey results shall be prepared in electronic work processing reports using work processing compatible format (Lotus Smartsuite Amipro 3.1 is currently in use) and electronic CAD files using AutoCAD compatible format (Revision 13 is currently in use). Survey control monuments shall be recorded with the State of North Carolina Geodetic Survey. The following opening project has been identified: CP8299R, Upgrade Survey Control at MCAS Cherry Point and Outlying Fields. Firms that meet the requirements described in this announcement are required to submit one copy each of completed SF-254 and 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. Other projects of the same basic professional skills may be added by delivery order to the contracts without additional announcement. The AE must demonstrate his and each key subconsultant's qualifications with respect to the published evaluation factors for surveying 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. Late responses will be handled in accordance with FAR 52.215-10. Inquiries shall refer to contract number and title. Specific evaluation factors include: (1) Professional qualifications and profession registration 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, 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 last 5 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. Each project listed shall include a list of the persons from the resume section who worked on the project and briefly describe their role in the project. Include only projects involving the type of work planned for this contract. Failure to provide recent verifiable references may be considered as grounds for disqualification. (3) Capacity to accomplish the work in the required time. Provide evidence that your firm is permitted by law to practice the profession of surveying and civil engineering in the State of residence, i.e. state registration number. Describe knowledge of the work area at Cherry Point and Outlying field. 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. Identify any major pending projects or organization 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 private customers. Specific occurrences of prior poor performance on any delivery order or contract at Cherry Point will be considered adverse to being selected for the proposed contract. (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 (D0D)shall also be considered, with the object of effecting an equitabledistribution of DOD architect-engineer contracts among qualified architect-engineer firms. Posted 06/24/98 (0175)

Loren Data Corp. http://www.ld.com (SYN# 0022 19980626\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page