Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1995 PSA#1461

Engineering 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