|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15,1995 PSA#1473DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER,
ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET,
NORFOLK, VIRGINIA 23511-2699 C -- ARCHITECTURAL-ENGINEERING SERVICES FOR MCON/DFAS PROJECT P-671,
RENOVATION OF BUILDING Z133, CONSOLIDATED SUPPORT CENTER, NAVAL
STATION, NORFOLK, VIRGINIA SOL N62470-96-R-8005 POC Contact Miss Bayla
Mack, 804-322-8271/Mr. Dean Koepp, Head, Contract Support Branch,
804-322-8270 Architect-Engineer or Engineering Services are required
for preparation of Parametric Estimating and Programming (PEP) (a PEP
is preliminary design to the 15% level supported by full site work and
related engineering services), plans,specifications, cost estimates,
related studies, all associated engineering services, shop drawing
review, as-built drawing preparation, Operation and Maintenance Support
Information (OMSI), construction inspection and engineering
consultation servicesduring construction. The anticipated design start
date is March 1996 with completion of the PEP by May 1996, and design
completion by August 1997; construction inspection services if
required start in December 1997 and end December 1999; preparation
ofOMSI if required may begin in December 1997 and be completed by
December 1999. The project includes complete renovation of
approximately 210,000 SF of warehouse space (5 story building) into
administrative space. This will include upgrade of theexisting
electrical, communication (telephone and data transmission), mechanical
and fire protection systems, window replacement, new elevators,
asbestos and lead paint abatement, satellite dish connections,
modification of existing plumbing andadditional plumbing to provide
adequate restroom facilities, insulation, interior wall coverings,
carpeting, lighting fixture replacement, and suspended ceilings.
Exterior work will include new exterior finish, parking, sidewalks,
landscaping,utilities and related incidental work. The project will be
developed using ''sustainable concepts'' in its design. Sustainable in
the Navy facilities context is planning, design, construction and
maintenance in a manner that minimizes energyconsumption; maximizes
facility impact on use of waste recycled material products, reuse
and/or recycle of on-site material, understanding and accommodating the
disposal waste stream; and considers occupant air quality; and
productivity. The A&E mustdemonstrate his and each key consultant's
qualifications with respect to the published evaluation factors for all
services. Evaluation factors (1) through (6) are of equal importance;
factors (7), (8) and (9) are of lesser importance. Specificevaluation
factors include: (1) Specialized Experience: (a) their past experience
with regard to designing similar facilities described above; (b)
experience in using systematic customer focused programming techniques
such as on-site (squatter's)schematic development sessions utilizing
a team approach to develop a schematic design; (c) Firms must
demonstrate success in applying sustainable concepts. Experience
submitted should exhibit facilities of similar scope where the firm can
demonstrateit achieved a design energy target of 31,500 BTU/SF/year, or
less. Experience can be demonstrated either by confirmed field results
or elaborating details of material/system selection. Use of recycled
materials, air quality standards, etc. must alsobe demonstrated by
representation of specific projects. Provide customer point of contact
or letter of commendation from the owner for each project represented
by experience shown; (d) experience with designing facilities using
the metric system ofmeasurement; (e) the firm's experience in providing
construction phase services (shop drawing review, as-built drawing
preparation, construction inspection services; and preparation of
operation and maintenance manuals); and (f) knowledge of localcodes,
laws, permits and construction materials and practices of the area; (2)
Professional qualifications and technical competence in the type of
work required: Firms will be evaluated in terms of the design staff's:
(a) active professionalregistration; (b) experience (with present and
other firms) and roles of staff members specifically on projects
addressed in evaluation factor number one; (c) capability to provide
qualified backup staffing for key personnel to ensure continuity
ofservices and ability to surge to meet unexpected project demands; and
(d) organization and office management as evidenced by management
approach (management plan for this project), and personnel roles in
organization; (3) Ability to perform the work toschedules noted above
- Firms will be evaluated in terms of impact of this workload on the
design staff's projected workload during the design period; (4) Past
Performance - Firms wll be evaluated in terms of one or more of the
following (with emphasison projects addressed in factor 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
ofwork as demonstrated by the history of design related change orders
issued during construction; and (c) demonstrated long term business
relationships and repeat business with Government and private
customers, and performance awards/letters ofrecommendations received;
(5) Quality Control Program - Firms will be evaluated on the
acceptability of their internal quality control program used to ensure
technical accuracy and discipline coordination of plans and
specifications; (6) Demonstratedsuccess in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility design; (7) Firm location and knowledge of the locality of
the contract (provided that application of this criterion leaves
anappropriate number of qualified firms, given the nature and size of
the contract); (8) Volume of Work - Firms will be evaluated in terms of
work previously awarded to the firm by DOD with the objective of
affecting an equitable distribution of DOD A&Econtracts among qualified
A&E firms, including small and small disadvantaged business firms and
firms that have not had prior DOD contracts; and (9) Small Business and
Small Disadvantaged Business Subcontracting Plan - Firms will be
evaluated on theextent to which offerors identify and commit to small
business and to small disadvantaged business, historically black
college and university, or minority institution in performance of the
contract, whether as joint venture, teaming arrangement,
orsubcontractor. Firms are required to prepare the cost estimate
utilizing the computerized CES, the specifications in the SPECSINTACT
system format, and all drawings shall be submitted in an AutoCAD
compatible format. The design contract scope mayrequire evaluation and
definition of asbestos materials and toxic waste disposition. Fee
negotiations would provide for laboratory testing and subsequent
preparation of plans and specifications may require definition of
removal and/or definition ofdisposal process. Firms responding to this
announcement must be prepared to accept the aforementioned as a part
of their contractresponsibility. Estimated construction cost is more
than $10,000,000. Type of contract: Firm
FixedPrice.--Architect-Engineer firms which meet the requirements
described in this announcement are invited to submit completed Standard
Forms (SF) 254 (unless already on file) and 255, U. S. Government
Architect-Engineer Qualifications, to the office shownabove. In Block
10 of the SF 255, discuss why the firm is especially qualified based
upon synopsized evaluation factors; and provide evidence that your firm
is permitted by law to practice the professions of architecture or
engineering, i.e., Stateregistration number. For selection evaluation
factor (1), 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''. Use
Block10 of the SF 255 to provide any additional information desired and
continue Block 10 narrative discussion on plain bond paper. All
information must be included within the SF 255. Provide a synopsis of
the scope of work, point of contact and telephonenumber for each
project listed in SF 255 Block 8. Firms having a current SF 254 on file
with this office and those responding by 4:00 p.m. EST, 19 December
1995 will be considered. Late responses will be handled in accordance
with FAR 52.215-10.Neither hand carried proposals nor facsimile
responses will be accepted. Firms responding to this advertisement are
requested to submit only one copy of qualification statements. The
qualification statements should clearly indicate the office
locationwhere the work will be performed and the qualifications of the
individuals anticipated to work on the contract and their geographical
location.--This proposed contract is being solicited on an unrestricted
basis, therefore, replies to this notice arerequested from all business
concerns.--The small business size standard classification is SIC 8711
($2,500,000).--This is not a request for proposals. Inquiries
concerning this project should mention location and contract number.
See Note 24.(0317) Loren Data Corp. http://www.ld.com (SYN# 0021 19951114\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|