|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1995 PSA#1360COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING
COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 10068, NORTH CHARLESTON,
SC 29419-9010 C -- INDEFINITE DELIVERY REQUIREMENTS (IDR) FOR A-E SERVICES FOR NAVY
AND MARINE CORPS RESERVE CENTERS AND FACILITIES WITHIN THE SOUTHERN
DIVISION AOR SOL N62467-95-R-1002 DUE 070395 POC Admin Questions: Ms.
Frances J. Mitchell, (803) 743-0749 Two firms will be selected for this
solicitation, one for each one for each contract. Firms may apply for
one or both of these contracts. No firm will be awarded more than one
(1) contract. Only one submittal is required to be considered for both
contracts covered by this solicitation. Firms shall indicate in Block
1 of their SF 255 the contract number/numbers for which they wish to
be considered. The first contract will be identified as
N62467-95-R-0983 for work in the states of KY, OH, IN, IA, IL, MO, MI,
WI, MN, ND, SD, NE, KS, CO and WY. Requirements for projects at
reserve centers and remote sites valued over $1 million in IL, IN, and
MN will not be performed until after 30 July 1996. Reserve centers and
remote facilities located on active Navy and Marine Corps bases located
within this contract area will be excluded. The anticipated
construction value of this contract is between $10-$15 million. The
second contract will be identified as N62467-95-R-1002 for work in the
states of AL, GA, FL, SC, NC and TN. Requirements for projects at
reserve centers and remote sites valued over $1 million in SC, GA, and
FL will not be performed until after 20 July 1996. Requirements for
projects at reserve centers and remote sites valued at over $1 million
in Pensacola and fifty mile vicinity will not be performed until after
16 August 1996. Reserve centers and remote facilities located on active
Navy and Marine Corps bases located within this contract area will be
excluded. The anticipated value of construction for this contract is
between $10-$15 million. No firm will be awarded more than one (1)
contract. At the discretion of the government and with the concurrence
of the contractor, additional requirements at other Navy and Marine
Corps Reserve Centers and facilities at remote facilities within the
Southern Division geographic area of responsibility may be included
under these contacts, should these requirements become unexecutable
under other contractual requirements. Contract award is contingent upon
availability of funds. Contract period is one-year with four one-year
option for the complete services described herein. The work requires
architectural and engineering services necessary for the preparation of
plans (Autocad Rel. 12 compatible format), specifications (using the
SPECSINTACT System) and cost estimates (using NAVFAC CES program) for
repairs, alterations, and/or new construction at reserve centers and
facilities at remote sites located within the contract area as stated
above. The projects associated with this contract shall involve any
combination of the architectural, civil/structural, mechanical and
electrical engineering disciplines. If needed, studies and collateral
equipment lists shall also be included. All work shall be done in
metric units. Each discipline must have experience in the following
areas: ARCHITECTURAL - demolition, asbestos abatement, lead assessment
and abatement, roofing systems, building structures, interior and
exterior features and finishes, landscape design, interior design,
architectural programming, graphics presentations (including
photography and renderings) and physical planning. CIVIL/STRUCTURAL -
demolition and site preparation, industrial and sanitary waste water
collection systems, water treatment and distribution systems, minor
hazardous waste cleanup and removal, storm drainage systems, soils
grading and associated work, roads, parking lots, fencing, playgrounds
and associated type facilities, building cladding and framing systems,
building foundation systems, structures and foundations for towers,
platforms, catwalks, tanks, manholes, utility support systems and other
such similar buildings etc., geotechnical studies/testing and
associated work, topographic and boundary surveys,
pier/bulkhead/quaywall structures and fender systems, marine sounding
and surveys, corrosion surveys and studies, water intrusion studies and
surveys, and underwater surveys on marine structures; MECHANICAL -
heating, ventilation, and air conditioning systems; industrial
ventilation; energy analysis; control systems; steam and hot water
boilers and converters; chilled and hot water distribution; compressed
air and vacuum systems; medical gas; engine generator installations
and other such mechanical systems; ELECTRICAL - fire suppression and
protection systems, interior and exterior electrical distribution
systems up to 26.4 KV, transformers, substations, switch gear, interior
and exterior lighting systems, intrusion detection systems and other
similar type electrical work. Design of these facilities will include
all related mechanical and electrical utilities for roads, parking
lots, concrete pavement, sidewalks and general site improvements. The
on-site data gathering and on-site schematic development processes may
be used on these projects. Respondents should demonstrate their past
performance and familiarity with this process through the use of
in-house staff or outside consultants. Identify each team member's
experience with respect to interactive conceptual design teams. In
addition to services directly related to design, the following services
may be required during the life of the contract: technical reports,
studies, surveys, review of shop drawings, construction consultation
and construction inspection services, Title II inspection services,
preparation of Operations/Maintenance manuals, and construction record
drawings preparation. The existence of asbestos, lead paint or other
hazardous materials affecting construction or required demolition in
various project areas is possible. The A-E may be required to conduct
a comprehensive asbestos and lead paint surveys and provide a design
which will provide for the removal and disposal of this hazardous
material in accordance with applicable laws and regulations. Firms
unable to accept work which involves asbestos/lead paint and other
hazardous materials need not apply. We will use the following criteria
for selection listed in descending order of importance: 1.
PROFESSIONAL QUALIFICATIONS: Technical qualifications of the firm's
design team members to design similar repair, alterations and new
construction projects (to/for reserve center or other remote site DOD
facilities); b) Experience in and knowledge of multi-discipline design
projects; c) Knowledge of Navy regulations through recent design
experience, d) Professional registration of each discipline's lead
designer; and e) Interior designer with National Council of Interior
Design Qualifications (NCIDQ) or National Council of Architectural
Registration Board (NCARB). 2. SPECIALIZED EXPERIENCE: Recent
multi-discipline experience of proposed design team, including
consultants, in the design of repair, alteration and new construction
projects; b) Post construction contract award services on similar
projects to ensure design and construction quality; and c) Evidence of
experience by both the firm and key personnel in comprehensive
interior design, including space planning, prewired workstation
specification and design, furniture specification, and knowledge of the
acquisition process including applicable FAR and funding limitations.
3. PERFORMANCE: Past performance on contracts with the Department of
the Navy and private industry in terms of cost control, quality of
work, and compliance with performance schedules. 4. CAPACITY: a)
Capacity of the firm and proposed design team to perform multiple
projects concurrently; and b) Ability of the firm to sustain the loss
of key personnel while accomplishing the work within the required time
limits. 5. LOCATION: a) Knowledge of probable site conditions; b)
Knowledge of regulatory requirements that would affect projects; and c)
Geographic location of the firm to ensure timely response to requests
for on-site support. 6. VOLUME OF DOD WORK: Firm will be evaluated in
terms of work previously awarded to the firm by DOD within the past
twelve months with the objective of affecting an equitable distribution
of contracts among qualified A-E firms including small and small
disadvantaged business firms and firms that have not had prior DOD A-E
contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION:
Firms will be evaluated on the extent to which potential contractors
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 a joint venture,
teaming arrangement, or subcontractor. In order to expedite your firm's
consideration by the committee, the following application data shall be
substituted for Blocks 7, 8, 9, and 10 in the SF 255: 1. PROFESSIONAL
QUALIFICATIONS: Submit a matrix for each design team, including
alternates, that contains the following data about the member's
assignment: Team member's name, firm name, office location, proposed
team assignment, % time to be spent on this team, highest education
level/discipline (example: BS, mechanical engineering), states of
professional registration, number of years of professional experience,
number of years with the firm. Also, for project managers and team
leaders, identify the number of teams (design, consultants, and joint
venture partners) they have managed over the past three years. Also
provide an affirmative statement that the firm is a certified 8(a) A-E
firm including the date of graduation from the program and the
sponsoring SBA District Office. 2. SPECIALIZED EXPERIENCE: Provide a
description of at least three germane, recent projects with clients for
which team members provided a significant technical contribution. Work
on these projects must have been done in the last 5 years. Indicate
how each project is relevant to the work described herein. In matrix
form, identify which team members worked on the projects described
above. Projects shall be in the left column and team member names shall
be across the top row of the matrix. Also, describe team's experience
with Autocad Rel.12, the SPECSINTACT System, the NAVFAC Cost Estimating
System, and interactive conceptual design teams. 3. PERFORMANCE:
Provide a tabular listing of all excellent performance ratings and
letters of commendation from both private and DOD clients (Designate
your role: prime, consultant or joint venture partner). These ratings
should be dated 1988 or later and should include those for joint
venture partners and consultants. Provide a list of projects with
construction value over $1 million managed by the proposed project
manager(s), that started construction since Jan 1988 and include the
following data: client's contact, client's need date, design completion
date, and final cost estimate compared to the contract award amount
(note whether bid or negotiated). 4. CAPACITY: Submit an organizational
chart with the following information: Principal point of contact,
project manager, team leaders, the name of each design team member, all
team member assignments, and the name of at least one alternate for
each key person. Summarize your plan for starting project development
in August 1995, and for simultaneously accomplishing design of
multiple, large projects within one calendar year for approximately $10
million of construction value. 5. LOCATION: Provide a list of recent
projects performed by the firm or joint venture partners and
appropriate consultants in the states encompassed by the contract area.
Also include the types of regulatory requirements involved with each
project. 6. VOLUME OF DOD WORK: Provide total dollar value of DOD
awards within the last twelve months. Also include the size
determination of your firm, i.e., small business, large, business, etc.
7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION Provide a
listing of potential contracting opportunities with small/small
disadvantaged business and/or minority institution or business. Give
and approximate percentage of work to be contracted for each
opportunity listed. At the selection interview, A-E firms slated for
interviews must submit their Design Quality Assurance Plan (DQAP),
including an explanation of the management approach, an organizational
chart showing inter-relationship of management and design team
components, specific quality control process, a portfolio of design
work (both new construction and upgrades to existing facilities), a
listing of present business commitments and their required completion
schedules, financial and credit references (include name and telephone
numbers of officers at their financial institutions), and performance
references other than Southern Division, Naval Facilities Engineering
Command (include 3 or more with names and telephone numbers of the
contract administrators). For consideration, provide one submittal
package including one original SF 255 and one original SF 254 for each
firm proposed. The SF 255 with attachments shall be limited to 25
pages, type size not smaller than 12 pitch font. Every page that is not
an SF 254 will be included in the page count. The submittal must be
received in this office not later than 4:00 P.M. EASTERN DAYLIGHT TIME
on 03 JULY 1995. Submittals received after this date and time will not
be considered. If additional firms are needed for consideration, SF
254's already on file will be used. Include telefax numbers in Block 3a
and Contractor Establishment Code (formerly the DUNS number),
Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer
Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are
discussed in the DOD FAR Supplement, Part 204 Subpart 204.671-5. Label
lower right corner of outside mailing envelope with ''A-E Services,
95-R-1002''. This is not a request for proposal. Site visits will not
be arranged during advertisement period. Address all responses to ATTN:
Code 0213FM. (0152) Loren Data Corp. http://www.ld.com (SYN# 0021 19950602\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|