Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1995 PSA#1462

Officer in Charge of Construction, NAVFACENGCOM Contracts, Marianas, PSC 455, Box 175, FPO AP 96540-2200

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR LANDSCAPE ARCHITECTURAL DESIGN AND ENGINEERING SERVICES, VARIOUS LOCATIONS, GUAM, M.I. SOL N62766-96-R-0001 POC Contact Mrs. Salve M. Sabido, Contract Specialist, (671) 339-5120 Architectural and engineering services are required for the development of a landscaping master plan for various locations, including preparation of plans, specifications, cost estimates, investigations, studies, analyses, inspections, and preparation of reports for infrastructure and building projects. Projects include but not limited to waterfront structures, medical facilities, airports, airfields, recreational facilities, building repair and new construction. Other incidental work includes any and all items and considerations necessary to insure a complete and usable final product including but not limited to necessary design and considerations not specifically stated elsewhere. Post Construction Award Support (PCAS) services are required. This A-E contract will be an indefinite quantity type under which engineering works are authorized on an ''as required'' basis during the life of the contract. The total A-E fee for this contract shall not exceed $500,000.00 and individual fees for any one project shall not exceed $200,000.00. The contract term shall be for a period of one year, or until the $500,000.00 limit is reached, whichever occurs first. The Government has the option to extend the term of the contract in accordance with the OPTION TO EXTEND THE TERM OF THE A-E CONTRACT clause. The total contract term, including option, shall not exceed 24 months. The A-E services shall include all field and office work required to complete the various projects. Field work will include all required investigations and testing. Office work will include not only planning documents and preparation of reports, but also meeting with PWC/OICC personnel and other Government representatives, and oral presentations and findings and recommendations. Firms responding to this announcement should indicate their business status in Block 10 of the SF 255 submission. The following guidelines, in relative order of importance, will be used in the evaluation of architect-engineer firms: (1) Professional qualifications of the staff to be assignd to this project with experience in landscape architectural design and engineering services. List only the team members who will actually perform major tasks under this project, qualifications should reflect the individual's potential contributions to this project. (2) Recent specialized experience of the firm and proposed consultants in landscape architectural design and engineering services. List experience with similar projects successfully designed in the last five years. Do not list more than a total of 10 projects in block 8. Include point of contact name and phone number in block 8c for each project listed. (3) Past performance on contracts with DOD, other government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules. Indicate briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations, and other performance evaluations (do not submit copies). (4) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. (5) A-E firm's quality control practices/techniques. (6) Location of the firm in the general geographical area of the project, provided there is an appropriate number of qualified firms therein for consideration. (7) Volume of work previously awarded to the firm by the DOD shall also be considered with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms and firms that have not had DOD contracts. (8) Use of small or small disadvantaged or women-owned small business firms shall also be considered. If a pre-selected (slated) firm is a large business concern, submission of a subcontracting plan will be required before the final selection process. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a Standard Form 254 and a Standard Form 255 for the firm and a Standard form 254 for each consultant listed in block 6 of the firm's Standard Form 255. Only one copy of each form is required. IN BLOCK 10 AND AN ADDENDUM THERETO, IF NECESSARY, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. FOR SELECTION CRITERIA ''(2)'', PROVIDE THE FOLLOWING INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING THESE COLUMN HEADINGS: ''NAME'', ''RELATED PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', AND ''TECHNICAL ROLE''. Show the office location where work will be done and describe the experience and location of those who will do the work. Firms responding to this announcement within 30 days from publication date will be considered. Firms must submit Standard Forms 254 and 255 to the Contracts Department by 2:00 p.m., Guam time, on the closing date. Should the date fall on a weekend or holiday, Standard Forms 254 and 255 will be due the first workday thereafter. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in block 3) and TIN number in block 3. 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. Firm not providing the requested information in the format (i.e., listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection (3). This is NOT a request for proposal. See Note 24. (0299)

Loren Data Corp. http://www.ld.com (SYN# 0023 19951027\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page