|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1995 PSA#1461Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE,
Poulsbo, WA 98370- C -- INDEFINITE QUANTITY CONTRACT N44255-95-D-6195 FOR ARCHITECT-
ENGINEERING SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS C NORTHWEST
ACTIVITIES SOL N44255-95-D-6195 POC Valerie Vitacolonna, Contract
Specialist, (360)396-0267. DESCRIPTION: Firm fixed-price
Architect-Engineer services are required for an indefinite quantity
type contract to support the Engineering Field Activity, Northwest at
Poulsbo, Washington for requests for preparation of engineering
studies, analyses, reports and cost estimates as designated on
individual delivery orders; preparation of final plans, specifications,
and cost estimates for designated projects; and preparation of
solicitation documents and cost estimates for design-build contracts
for designated projects. This contract is for projects which can be
characterized as predominately Architectural at various activities in
Washington, Oregon, Idaho, Montana and Alaska. During performance of
this contract, asbestos, hazardous materials/waste, or pollution
abatement may be encountered. Use of SPECSINTACT is required. Sketches
and drawings must be provided in magnetic media with export/import
compatibility with Intergraph Microstation Ver 5.0. Capability to
provide designs, calculations and cost estimates in Standard
International (SI) metric units is required. 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 discussed in
criteria (2) below. 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
past 5 years in the following work areas: studies, field
investigations, interior designs, preparation offinal designs for
competitive bidding and preparation of design-build contract documents
for repairs, upgrades, and additions to existing structures and, to a
lesser extent, new construction. Typical projects include interior and
exterior repainting, roof repair and replacement; window replacement;
rehabilitation of kitchens, bathrooms and restrooms; renovations for
handicap access; renovation of spaces into other functional uses;
repair of fire damage facilities; whole unit upgrades; and related
infrastructure. Major importance will be placed on integrating new
designs with existisng buildings and equipment. Experience with life
safety codes, lead paint and asbestos abatement, and with the
procedures and guidelines of the State Historic Preservation Officer
(SHPO) should be demonstrated. Demonstrate experience in managing
multi-disciplined projects which include such specializations as
mechanical, electrical, structural, civil, environmental, Historic
preservation, and fire protection. (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 critera (2) 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 availabiity 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 contract. (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 proposed procurement will result in the award of one
fixed price indefinite quantity contract. The contract provides for one
base year not to exceed $1,000,000.00, and one option year not to
exceed $1,000,000.00 which may be unilaterally exercised by the
Government. The contract shall have a minimum guarantee of $50,000 for
the base year and $50,000 for the option year, if exercised. The
maximum value of individual delivery orders executed under this
contract is $250,000. The estimated start date is April 1996 with an
option available to the Government to extend the contract for one
additional year until April 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 Ms. Val Vitacolonna, Code
0211VV, 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. Failur 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. (0298) Loren Data Corp. http://www.ld.com (SYN# 0010 19951026\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|