Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1995 PSA#1401

Navy Public Works Center Jacksonville, Code 230, Jacksonville, Florida 32212-0030

R -- INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECTURAL/ ENGINEERING SERVICES FOR PROJECTS AT GOVERNMENTS IN THE SOUTHERN UNITED STATES, PUERTO RICO, AND GUANTANAMO BAY, CUBA. SOL N68931-95-R-8431. DUE 090595. POC Ms. Samantha Shelton, Contract Specialist, (904) 772-5031, extension 8231. Architect-Engineer (AE) or Engineering Services are required for conceptual studies, deficiency tabulations, project development for preparation of plans, specificatons, cost estimates, related studies, and all associated engineering services for projects of architectural and engineering nature located in Florida, Georgia, South Caroina, Louisiana, Texas, Puerto Rico, and Guantanamo Bay, Cuba. The Government will reserve the option to negotiate construction inspection services, preparation of Operating and Maintenance Support Information (OMSI), contractor submittal reviews, and as-built drawing preparation. Design projects shall encompass work on Bachelor Enlisted Quarters (BEQ) and Bachelor Officer's Quarters (BOQ); Medical/Dental facilities (hospitals, laboratories, clinics, dispensaries); Supply Facilities (liquid oxygen storage, bulk fuel storage). Work effort shall include: (a) Architectural, including general building renovation work, i.e., replacement of roofs, windows, doors, ceilings, floors, restrooms, interior and exterior building finishes, asbestos and lead paint abatement, landscape design, building additions, construction of new faciities, facility demolition, conduct Life Safety Code Studies, and interior space planning/design studies; (b) Civil, including site preparation, replacement or construction of industrial and sanitary wastewater collection and treatment systems, water treatment and distribution systems, storm drainage systems, hazardous waste clean-up and removal, roads, parking, structural and building foundation systems, geotechnical studies, and topographic/boundary surveys; (c) Mechanical, including repair/replacement or installation of HVAC equipment, industrial ventilation control systems, sterile and isolation rooms, steam/water supply and return lines, steam/hot water boilers aned converters, compressed air systems, engine generators, medical gas/vacuum systems, fire sprinkler systems, fuel tank/oil-water separator replacements, and perform energy analysis of existing or proposed systems; (d) Electrial, including sampling and design for removal of PCB contaminated equipment, repair/replacement/installation of fire suppresssion protection and intrusion alarm systems, interior/exterior electrical distribution systems, interior/exterior lighting systems, and emergency power systems for medical facilities; (3) Environmental, including permit preparation for air, potable water, wastewater, hazardous waste, medical waste and above/underground storage taks. Firms may be required to prepare cost estimates for site surveys in Digital Graphics database. If so, the survey and all drawings forming a part thereof, shall be submitted in an AUTOCAD compatible format, either DXF or DWG on DOS high density 3 x 5 1/2 floppy disks. The design contract scope may require evaluation and definition of asbestos/lead paint and toxic waste disposal. Fee negotiations would provide for laboratory testing and subsequent prepartation of plans and specificaitons, definition may be required for removal and/or explanation of disposal process. Firms responding must be prepared to accept the aforementioned as a part of their contract responsibility. The following criteria will be used for selection with evaluation criteria (1) through (5) being of equal importance; criteria (6) and (7) are of lessor importance than criteria (1) through (5). Specific evaluation criteria include: CRITERIA 1, SPECIALIZED EXPERIENCE: Firms will be evaluated in terms of their past experience with regard to the design of work listed in the project description and experience with utilizing NFPA 99 Healthcare Facilities Handbook and MIL Handbok 1911 DoD Design Criteria for Medical and Dental Facilities. CRITERIA 2, QUALIFICATIONS: Professional qualifications and technical competence in the type of work required. Firms will be evaluated in terms of the design staffs: A) active professional registration in the states in which the design services will be performed: B) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation criteria number one; C) capability to provide qualified back-up 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 plan for this contract. CRITERIA 3, CAPACITY: Professional ability to perform multiple projects concurrently with a total potential fee of $2,500,000 per year (show current and projected workload with a plan and schedule of how you propose to accomplish the work, as well as past performance with handling multiple taskings of various sizes within an abbreviated time frame). CRITERIA 4, PAST PERFORMANCES: Firms will be evaluated in terms of (with emphasis on projects addressed in criteria number one): A) cost control techniques employed by the firm as demonstrated by the ability to establish an accurate project budget and design to this budget as evidenced by the low bid amount; B) the firm's quality of work as demonstrated by the history of design related change orders issued during construction; C) demonstrated long-term business relationships and repeat business with Government and private customers and performance awards/letters of recommendations received. CRITERIA 5, QUALITY CONTROL PROGRAM: Firm's internal quality control program used to ensure technical accuracy and interdiscipline coordination of plans and specifications. CRITERIA 6, GEOGRAPHIC LOCATION: A) Firm's location and knowledge of the locality of the geographical area identified for the work provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; B) knowledge of local codes, laws, permits, construction materials, and practices of the geographical area identified; C) knowledge of probable sit conditions that may arise in the area. CRITERIA 7, VOLUME OF WORK: Firms will be evaluated in terms of work previously awarded to the firms by the Department of Defense (DoD) with the objective of effecting 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. Type of Contract: Firm Fixed-Price Indefinite Quantity. The duration of contract shall be one year or $2,500,000.00 in fees whichever comes first, with an option for an additional one year or $2,500,000.00. The total fee paid shall not exceed $5,000,000.00. The guaranteed minimum contract value is established at $25,000.00. Multiple awards may be given as a result to this solicitation. No other general notification to firms for other similar projects will be made. A/E firms which meet the requirements described in this announcement are invited to complete and submit two copies of completed Standard Forms (SF) 254, ``Architect-Engineer and Related Services Questionnaire,'' and 255, ``Architect-Engineer and Related Services Questionnaire for Specific Project,'' to the office shown above. Firms responding by 4:00 pm EST on September 05, 1995, will be considered. Late responses will be handled in accordane with Federal Acquisition Regulation Clause 52.215-10, ``Late Submissions, Modificaions, and Withdrawals of Proposals.'' Label the lower left hand corner of the envelope with the solicitation number. Facsimile responses will not be accepted. The qualification statements should clearly indicate the office location where the work will be performed and identify the individuals and qualificaitons of those anticipated to work on the contract and their geographical location. Interested firms are requested to include telefax numbers in Block 3a of SF 255 and the Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGW) code, if known, and Taxpayer Identification Number (TIN) in Block 3. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255, Block 8. Use Block 10 of the SF255 to provide any additional information desired and continue the narrative discussion on plain bond paper. All information must be included within the SF 255; cover letter and other attachments will not be considered in the evaluation process. The proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. Before award of this contract, the selected A/E firm (if not a Small or Small Disadvantaged Business) shall agree via a Subcontracting Plan to utilize small and small disadvantaged business to the maximum extent practicable. The Standard Identificaion Classification is 8711 with a small business size standard of $2,500,000.00. This is not a request for proposal. See Numbered Note 24. (209)

Loren Data Corp. http://www.ld.com (SYN# 0064 19950801\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page