|
COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1995 PSA#1394Engineering Field Activity, Northwest, Naval Facilities Engineering
Command, 19917 7th Ave. NE, Poulsbo, WA 98370-7570 C -- A-E CONTRACT N44255-95-C-6161 ARCHITECT-ENGINEERING SERVICES FOR
SHIP MODEL ENGINEERING AND SUPPORT FACILITY AT THE NAVAL SURFACE
WARFARE CENTER, ACOUSTIC RESEARCH DETACHMENT, BAYVIEW, IDAHO SOL
N44255-95-C-6161 POC Mr. D. G. ''Rob'' Mascarin, Contract Specialist,
(360)396-0258/Mr. Pat Donnelly, Contracting Officer. DESCRIPTION: Firm
fixed-price Architect-Engineer services are required for the
preparation of a Parametric Estimating and Programming (PEP) study
engineering documentation, and for the design and preparation of plans
and specifications for the purpose of bidding and construction of a
2400 square meter Ships Model Engineering and Support Facility located
at the Naval Surface Warfare Center, Acoustic Research Detachment,
Bayview, ID. This facility will provide a two story and high bay
structural steel frame building supported by concrete pile over Lake
Pend Orielle. Special construction features of this facility include
over water location, concrete piling, 150 ton basket sling ship lift
system, moveable bunk system on recessed tracks for transfer of ship
models from the shiplift bay to work areas, and
mechanical/electrical/electronic laboratory spaces. During performance
of the work asbestos, lead paint, hazardous materials/waste, or
pollution abatement may be encountered. Preparation of INTERGRAPH
Microstation or AUTOCAD compatible computer drawing data on electronic
storage media is required. Preparation of computer automated
specifications (SPECSINTACT) is required. The estimated construction
cost is between $5,000,000 and $10,000,000. SELECTION CRITERIA:
Prioritized selection criteria in descending order of importance are:
(1) Professional qualifications of the staff to be assigned to this
project, including subconsultants, and their respective vocational
background in the design of the types of facilities with the special
construction features discussed in the DESCRIPTION above. List only the
team members who will actually perform major tasks under these
projects. Qualifications should reflect the individual's potential
contributions to the projects. In Block 4 of the SF-255 (Personnel by
Discipline) show the entire proposed team by listing personnel employed
by the prime in the blanks provided and personnel from consultants to
the left in parentheses. In Block 7 of the SF-255 indicate branch
office location of each team member including key consultant's
personnel. (2) Recent specialized experience and technical competence
of the firm (including consultants) in the design of types of
facilities with the special construction features discussed in the
DESCRIPTION above. Capability to provide A/E services in Standard
International (SI) metric units from planning stages through design and
construction. Capability to provide computer drawing data on magnetic
media that is compatible with INTERGRAPH Microstation. Do not list more
than 10 projects in Block 8 of the SF 255, projects listed should have
been completed within the last five years. Indicate which consultants
from the proposed team, if any, participated in the design of each
project. (3) Design Quality Control Program. Provide information
describing the quality control program and key procedures including
coordination of subcontractor's quality control program. Include
documentation that demonstrates successful application of the quality
control program on 3 to 5 of the projects identified in Block 8 in
response to criteria (2) above. (4) Past performance on contracts of a
similar nature, as discussed in the DESCRIPTION above, with government
agencies and private industry in terms of cost control and compliance
with performance schedules. Show representative examples of bid prices
compared to A/E estimates on recent projects from the planning stage
to bid. Show cost control measures taken and office procedures used to
ensure design is within boundary limits. List the results of 3 to 5
projects identified in response to criteria (2) above. List recent
awards, commendations and other performance evaluations. (5) Capacity
to accomplish the work in the required time limits of each project.
Demonstrate the ability to complete several complex multidisciplinary
delivery orders concurrently (i.e. the impact of this workload on the
firm's permanent staff, projected workload during the contract period,
the firm's history of successfully completing work in compliance with
performance schedules, and the firm's history of providing timely
submittals). Indicate the firm's present workload and the availability
of the project team (including consultants) for the specified contract
period. (6) Knowledge of the locality of the project. Demonstrate
knowledge of the locality of the areas included in this contract. (7)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
*** Note: Criteria numbers (8) through (10) shall be used as secondary
evaluation factors should the application of criteria numbers (1)
through (7) result in firms being ranked as equals. *** (8) Location of
the firm in the general geographic area, provided that the application
of this criterion leaves an appropriate number of firms given the
nature and size of this project. (9) Use of small or disadvantaged or
women-owned business firms as primary consultants or as subcontractors
(10) Volume of work previously awarded by the DoD to the firm. This
information shall be recorded in Block 9 of the SF-255 by listing the
total amount of prime DoD fees awarded for the previous 12 months.
GENERAL INFORMATION: The estimated start date is November 1995. The
estimated design completion date is January 1998. A small
business/small disadvantaged business subcontracting plan may be
required in accordance with FAR 19.702. The Standard Industry Code
(SIC) for this procurement is 8711. The small business size standard is
$2.5 Million annual average gross revenue for the last three fiscal
years. Qualified firms desiring consideration shall submit one copy of
an SF-254, an SF-255 including organization chart of key personnel to
be assigned to this contract and each subconsultant's current SF-254
to Mr. Steven C. Burke, Code 0211SB, 19917 7th Ave NE, Poulsbo, WA
98370 not later than Close of Business (4:00 p.m. local time) 30
calendar days (first working day following a weekend or holiday) after
publication in the Commerce Business Daily. Failure to submit the
aforementioned items and the amount of DOD fees awarded to the firm
will reflect negatively on the firm's submittal during the evaluation
process. Discuss why the firm is especially qualified based on the
selection criteria in Block 10 of the SF-255. For firms applying with
multiple offices, indicate the office which completed each of the
projects listed in Block 8 and list which office is under contract for
any contracts listed in Block 9. Use Block 10 of the SF-255 to provide
any additional information desired. Personal interviews may not be
scheduled prior to selection of the most highly qualified firms.
Elaborate brochures or other presentations beyond those sufficient to
present a complete and effective response to this announcement are not
desired. Firms which design or prepare specifications for a
construction contract or procurement of supplies cannot provide the
construction or supplies. This limitation also applies to subsidiaries
and affiliates of the firm. Telegraphic and facsimile SF-255's will
not be accepted. Site visits will not be arranged during the submittal
period. Debriefing requests will not be entertained prior to 45 days
after the SF 254/255 submittal due date. This project is open to all
business concerns. No additional technical information is available.
This is not a request for proposals. (0201) Loren Data Corp. http://www.ld.com (SYN# 0021 19950721\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|