|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26,1995 PSA#1497Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE,
Poulsbo, WA 98370- C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT/ENGINEER SERVICES FOR
ELECTRICAL/MECHANICAL PROJECTS AT NAVAL SUBMARINE BASE BANGOR AND
ORTED COMMANDS, SILVERDALE, WA SOL N44255-96-D-0046 POC Jackie Korchak,
Contract Specialist, (360) 396-0268/Kathleen M. Ching, Contracting
Officer, (360) 396-0268. Firm-fixed price Architect-Engineer services
are required for an indefinite quantity contract to support the Public
Works Engineering Division, Naval Submarine Base, Bangor, Silverdale
Washington 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 construction projects, and preparation of AUTOCAD compatible
computer drawing data on electronic storage media. The Government will
require preparation of specifications using the ''SPECSINTACT'' or
equivalent system and submission of the specifications shall be
accompanied by electronic storage media. Work involving asbestos,
hazardous waste, or pollution abatement may be encountered during the
performance of the contract. Prioritized selection criteria in
descending order of importance are: (1) Professional qualifications of
staff, subconsultants, and their respective vocational background in
the design of projects similar to the type of work listed in criteria
(2) below. List only team members who will actually perform major tasks
under this contract. 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 contractor 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 within the last five years in the
following work areas: heating, ventilation, and air conditioning
(HVAC), piping distribution, building plumbing and fire protection
designs and electrical projects involving medium-high power
distribution, industrial and residential power distribution, lightning
protection, energy management systems, indoor and outdoor lighting,
uninteruptible power supplies for computer operations and fire alarms.
Projects may be located in buildings, piers, dry docks, tunnels,
ducts, subgrade or elevated. Major design importance will be attached
to integrating new designs with old existing buildings. Emphasis shall
be placed in innovative functional design. Do not list more than a
total of 10 projects in Block 8 of the SF-255, projects listed should
have been completed within the last five years. Indicate which
consultants from the proposed team, if any, participated in the design
of each project. (3) Design Quality Control Program. Provide
information describing the quality control program and key procedures
including coordination of consultant's quality control programs.
Include documentation that demonstrates successful application of the
quality control program for previous projects of a nature similar to
those listed in criteria (2) above. (4) Past experience on contracts of
a similar nature as discussed in criteria (2) above with government
agencies and private industry in terms of cost control and compliance
with performance schedules. Show representative samples of bid prices
compared to A/E estimates on recent projects from the planning state 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 of
the projects listed under criteria (2) above. List recent awards,
commendations and other performance evaluations. (5) Professional
capacity of the firm to accomplish the contemplated work within the
required time limits of each project. Demonstrate the ability to
complete several complex delivery orders concurrently, (i.e. the impact
of this workload on the firms permanent staff, projected workload
during the performance period, the firm's history of successfully
completing projects in compliance with performance schedules, and
providing timely submittals). Indicate the firm's present workload and
the availability of the project team, (including consultants) for the
specified contract performance period. Address the history and working
relationship with the consultants that are utilized. (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 geographical area of the contract, 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 small
disadvantaged or women-owned business firms as primary consultants or
as sub-contractors. (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 firm fixed price indefinite quantity
contract. The maximum value of the awarded contract shall not exceed
$400,000 for the base year, and $400,000 for one option year, which may
be unilaterally exercised by the Government. The contract shall have a
minimum guarantee of $20,000 for the base year and $20,000 for the
option year, if exercised by the Government. Individual delivery orders
to be executed under this contract shall not exceed $200,000. The
estimated start date is July 1996 with an option available to the
Government to extend the contract for one additional year until July
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 the SF-254 and SF-255, including organization chart of key
personnel to be assigned to this project and each consultant's current
SF-254 to Jackie Korchak, Code 0212JK, 19917 7th Ave. NE. Poulsbo, WA
98370-7570 no later than COB (4:00 p.m.) on 13 February 1996. Failure
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 contractfor
any contracts listed in Block 9. Use Block 10 of the SF 255 to provide
any additional desired information. Unnecessarily 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. 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. No additional technical information is
available. This project is open to ALL business concerns. This is not
a request for proposal. See Numbered Note(s): 9. (0355) Loren Data Corp. http://www.ld.com (SYN# 0009 19951222\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|