Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15,1995 PSA#1473

DEPARTMENT 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