|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2,1995 PSA#1443Navy PUBLIC WORKS CENTER, WASHINGTON, 901 M STREET, S.E., WASHINGTON
NAVY Yard, BUILDING 175, WASHINGTON, DC 20374-5095 C -- INDEFINITE QUANTITY CONTRACTS FOR ARCHITECT/ENGINEER CONSTRUCTION
SURVEILLANCE AND INSPECTION AT VARIOUS LOCATIONS UNDER THE COGNIZANCE
OF THE NAVY PUBLIC WORKS CENTER, WASHINGTON DC SOL N68925-95-D-A936 POC
Marie (TONI) KING, CONTRACT SPECIALIST, 202-433-2495. The Navy Public
Works Center, Washington intends to award two Indefinite Quantity
Contracts for Architect/Engineer Servics for Construction Surveillance
and Inspection (Title II) Services for Projects at Various Locations.
Contract N68925-95-D-A935 will be for various projects throughout
Northern Virginia, Pennsylvania, Deleware, Maryland and Washington, DC
and will be entitled the NORTHERN VICINITY for the purpose of
responding to this synopsis. Contract N68925-95-D-A936 will be for
various projects throughout Virginia, North Carolina, West Virginia and
Washington, DC and will be entitled the SOUTHERN VICINITY for the
purpose of responding to this synopsis. A list of projects and
estimated start and completion dates anticipated to be included on the
NORTHERN VICINITY contract are as follows: 1) Lead Abatement,
MD-VA-DE; Start: 12/95 CCD: 09/96 2) Upgrade Lighting System,
Baltimore, MD; Start: 11/95 CCD: 05/96 (SEED PROJECT). Other projects
similar in scope and within the same general vicinity may be added to
this contract at any time within the contract period of performance. A
list of projects and estimated start and completion dates anticipated
to be included on the SOUTHERN VICINITY contract are as follows: 1)
Repair/Replace Boiler, Galax, VA; Start: 10/95 CCD: 04/96 (SEED
PROJECT) 2) Remove Abandoned Boiler, Monteith USASRC Richmond, VA;
Start:10/95 CCD: 04/96 3) Replace HVAC, Ft. Meade, MD; Start: 10/95
CCD: 04/96 4) Replace Old Steel Windows; Start: 05/96 CCD: 10/96 5)
Chiller Replacement, Ft. Belvoir; Start: 05/96 CCD: 10/96 6) Chiller
Replacement, Richmond, VA; Start: 05/96 CCD: 10/96 7) Replace Boiler;
Start: 08/95 CCD: 2/96 8) Replace Water Heater, Baltimore, MD; Start:
03/96 CCD: 07/96. Other projects similar in scope and within the same
general vicinity may be added to this contract at any time within the
contract period of performance. Services to be provided will include:
attend meetings and conferences; coordinate requests from construction
contractor; provide constrution briefings and reports; construction
inspection and surveillance o a pre-determined basis depending upon the
complexity of the project (i.e., daily, bi-weekly, weekly, monthly,
etc.); review/recommendation of approval of submittals; monitor
construction work of CQC projects for compliance with contract
documents; report instances of non-compliance with safety requirements;
monitor compliance with environmental protection requirements; monitor
measurements, assurance surveying; monitor materials testing; witness
testing of waste, gas, water, electrical, heating, ventilation, air
conditioning, fire protection, and energy monitoring control sytems;
review CQC Daily Reports and Construction Contractor Daily Reports to
Inspector; Monitor the updating of Submittal Status Logs; Prepare A/E
Inspection Reports; Notify PWC of possible labor standards violations;
review and comment on Contractor's requests for payment; notify PWC of
major problems; Prepare Contract Compliance Notices; Assist conducting
pre-final inspections; provide advice for change order negotiations;
provide evaluation of construction contractor and design A/E; maintain
working files; provide advice on contractor request for claims;
construction cost estimating services; construction photographic
services; surveying services; record drawing services; spot checks and
constructibility reviews. Specific required evaluation criteria in
relative order of importance include specialized experience and
qualifications in the following areas: 1) Experience of the firm an its
proposed subconsultants in construction inspection/surveillance, to
include experience and familiarity with Government/DOD specifications
and inspection requirements; 2) Professional expertise of the firm; 3)
Provide a plan, logically organized, to include as a minimum, the
following: a) A statement of the inspection contractor's general
approach to providing the inspection/surveillance required including
estimated frequencies of efforts; b) A description of the inspection
contractor's organization and of the duties and authority of the
personnel involved in this contract. Include a description of the
relationship of home office personnel to job site personnel; c) An
initial assignment chart indicating the responsibilities of inspectors
for specific construction contracts; d) Names of key inspection
contractor personnel both on-site and home office, along with the
decriptive titles for these personnel; e) A listing of outside
organizations, such as testing laboratories or consultants, which will
be employed by the inspection contractor and a description of the
services these firms will provide; 5) Location of firm in relation to
construction contracts to be inspected. It is preferred that the firm
be within an approximate 50 mile radious of the projects. FIRMS MUST
INDICATE WHICH CONTRACT THEY INTEND TO BE CONSIDERED For AWARD - I.E.,
NORTHERN VICINITY OR SOUTHERN VICINITY. FIRMS THAT DO Not INDICATE
WHICH VICINITY THEIR SUBMISSION IS FOR WILL BE REJECTED AS
NON-RESPONSIVE; 6) Capability of the firm to provide inspection
services for multiple projects, simultaneously considering such factors
as loss of key personnel and volume of other work. Firms are to include
a projection of workload/commitments for a twelve month period
commencing 1 October 1995; 7) Volume of work previously awarded to firm
by DOD shall also be considered, with the object of effecting an
equitable distribution of DOD A/E contracts. Each contract will be a
firm fixed price A/E contract. The duration of each contract will be
for one year from the date of initial contract award or $500,000.00 in
fees, whichever comes first. Each proposed contract includes one-one
year Government option for the same basic professional skills. Subject
to necessary changes, the total A/E fee that may be paid under each
contract will not exceed $1,000,000.00. This solicitation may result in
two awards. The A/E which meets the requirements described in the
announcement are invited to submit a completed SF 254 and 255, U.S.
Government A/E qualifications to the office shown above. Only
interested firms responding by COB (4:00 PM EST) 30 days from the date
of this announcment will be considered for selection. If selected for
award large business concerns will be required to submit a
Subcontracting Plan. No other general notifications to firms under
considering for this project will be made and no further action is
required. This is not a RFP. See Note 24. (0271) Loren Data Corp. http://www.ld.com (SYN# 0006 19950929\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|