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