Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1999 PSA#2394

Department Of The Navy, Naval Facilities Engineering Command, Commander, Atlantic Division, Contracts Office, Code 02231, 1510 Gilbert Street, Norfolk, Virginia 23511-2699

C -- ARCHITECTURAL-ENGINEER SERVICES FOR MCON PROJECTS P-522, AIRCRAFT MAINTENANCE HANGAR; AND P-524, AIRCRAFT MAINTENANCE HANGAR, CHAMBERS FIELD, NAVAL STATION, NORFOLK, VIRGINIA SOL N62470-99-R-3307 DUE 082599 POC Bayla L. Mack, 757-322-8271 -- Tia Dailey, Contract Specialist, 757-322-8237 E-MAIL: Click here to contact Bayla Mack via e-mail, mackbl@efdlant.navfac.navy.mil. Architect-Engineer or Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation, interior design support for collateral equipment selection, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation services during construction. The Government will reserve an option to negotiate final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services. The Government will reserve an option to add a third hangar to the contract at a later date. The anticipated design start date is September 1999 with design completion by September 2000; construction inspection services if required start in January 2001 and end January 2003; preparation of OMSI if required may begin in January 2001 and be completed by January 2003. Project P-522 includes design for a 3,608 SM one module Type I Modified Aircraft Maintenance Hangar on a reinforced concrete pile foundation. Construction features will consist of reinforced concrete floors, metal frame and Concrete Masonry Unit (CMU) block walls, steel trussed ceiling, built-up roofing, fire sprinkler system in admin areas and Aqueous Film Forming Foam (AFFF) sprinkler system in hangar bays, and two 6804 Kg bridge cranes. The height of the hangar will be increased to accommodate E-2C planes. The hangar module will contain admin, equipment and hangar space. Additional items include utilities, site improvements, 400 HZ D.C. power distribution system, compressed air system, air conditioning and heating of admin spaces and state of the art energy saving equipment. Demolition of six (6) buildings is included. Asbestos and lead paint design removal will be required for the demolition. The project includes new parking apron and overlay of existing parking apron for E2-C planes and new parking for 100 vehicles. Demolition and relocation of calibration pad LP-67 will be required. Project P-524 includes design for a 7,215 SFM (two module) Type I Aircraft Maintenance Hangar on a reinforced concrete pile foundation. Construction features will consist of reinforced concrete floors, metal frame and concrete Masonry Unit (CMU) block walls, steel trussed ceiling, built-up roofing, fire sprinkler system in admin areas and Aqueous Film Forming Foam (AFFF) sprinkler system in hangar bays. The hangar module will contain admin, equipment and maintenance space. Additional items include utilities, NALCOMIS, site improvements, 400 HZ D.C. power distribution system, compressed air system, air conditioning and heating of admin spaces and state of the art energy savings equipment. Demolition of five (5) buildings is included. Asbestos and lead paint design removal will be required for the demolition. The project includes new parking for 200 vehicles. 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 design of aircraft hangars and in the design of airfield support pavement; (b) 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; (c) 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); (d) their past experience in the preparation of design/build contracts; (e) knowledge of local codes, laws, permits and construction materials and practices of southeastern Virginia; and (f) firm must have experience with Function Analysis Concept Design (FACD) workshops or design charettes; (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 project), and personnel roles in organization; (3) Sustainable Design -- Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach; (4) Ability to perform the work to schedules noted above -- Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the design period; (5) 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; (6) 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;; (7) Firm location (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, including small 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 following are the published SECNAV goals for small business subcontracting support: Small Business (SB) -- 62% Small Disadvantaged Business (SDB) -- 12%; Women-owned Small Business (WOSB) -- 5%; Historically Black Colleges and Universities/Minority Institutes (HBCU/MI) -- 5%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) the Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence. Firms are required to prepare the cost estimate utilizing the NAVFAC "SUCCESS" system in work breakdown structure (WBS), 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 and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. Estimated construction cost is more than $10,000,000. Type of contract: Firm Fixed Price. -- 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, 25 August 1999 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 8711 ($4,000,000). -- This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24. Posted 07/21/99 (W-SN357249). (0202)

Loren Data Corp. http://www.ld.com (SYN# 0014 19990723\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page