|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1995 PSA#1499Officer in Charge, NAVFAC Contracts, Building 101, Naval Support
Activity, New Orleans, LA 70142-5010 C -- DESIGN AND ENGINEERING SERVICES TO REPLACE GAS LINES, FY73-74
HOUSING, NAVAL SUPPORT ACTIVITY WEST BANK Sol. N62467-96-D-6887. Point
of contact for subject project is Ms. Cindy Price, (504) 678-2320.
Work includes all projects located at Naval Support Activity, New
Orleans, Louisiana. Work consists of project planning and development
and preparation of plans (in Autocad Release 12), specifications (using
the SPECSINTACT system) and construction cost estimates (using the
NAVFAC CES program) for all types of new facilities and/or upgrades of
existing facilities. This work may involve dealing with demolition and
with asbestos, lead, and other hazardous waste. The A/E may be required
to conduct a comprehensive asbestos/lead paint survey and provide a
design which will support the removal and disposal of hazardous
materials in accordance with applicable laws and regulations. Firms
must be able to accept work which involves asbestos, lead paint, and
hazardous materials. Projects assigned to this contract could include
any of the following: ARCHITECTURAL - CIVIL/STRUCTURAL - MECHANICAL -
ELECTRICAL. This contract will be a firm fixed price A/E contract. The
total A/E contract with modifications shall not exceed $200,000 or a
maximum of a one-year period. The contract will include an option for
a one-year extension for an additional $200,000 at the Government's
discretion. The intent of this LEAD-IN project is to address the
following work: Repair Gas Lines, FY73-74 HOUSING, Naval Support
Activity, West Bank. FY73-74 housing units are two-story multiple
family dwellings on the main base and are of two types. One type has
brown mansand roofs enclosing windows on the second floor. The other
has pitched roofs forming a roof line that various in height. The
second type is arranged as simple row housing units in the enlisted
area. In the Junior Officer quarters, the two-story row housing element
has a one-story wing attached. The buildings have vinyl siding. Brick
is used for accent walls. Existing pipes, pipe fittings, and valves are
steel material, corroded and located below ground approximately 36''.
The Architect/Engineer (A/E) shall remove the existing pipes, pipe
fittings, and valves and replace with new polyethylene pipes, pipe
fittings, and valves below ground, including excavation and back
filling. The A/E shall also add new gas isolation shut-off valves below
ground to provide better sectionalize control. The A/E shall remove
existing high pressure (60 psi) housing regulator station and replace
with new low pressure (15 psi) regulator stations with fence at new
locations. The A/E is responsible for all work required to replace gas
distribution system below ground and above ground to gas regulator.
Firms must prepared to accept the aforementioned as part of their
contract responsibility. In addition to services directly related to
design, the following services may be included during the life of the
contract: preparation of permit applications, technical reports,
studies, surveys, soils investigation, testing, review of shop
drawings, construction consultation, construction inspection services,
Title II inspection services, preparation of operations/maintenance
manuals, and construction record drawing preparation. The selected A/E
may be required to participate in a predesign/prenegotiation
conference and site visit within 7 days of notification of selection
and provide a fee proposal within 10 days after the site visit. The
estimated cost of construction for the lead-in project is between $25K
and $100K. The following criteria (listed by descending order of
importance) will be used for selection: 1. PROFESSIONAL QUALIFICATIONS:
a) Technical competence (education, registration, and experience) of
individual design team members; b) Capabilities of Project Managers and
team leaders to coordinate among various design teams, subcontractors,
and joint venture partners. 2. SPECIALIZED EXPERIENCE: a) Recent
(within the past 5 years) of multidiscipline experience of the proposed
design team, including consultants, in the design of facility type
projects; b) Specialized experience in deliverables; and c) Post
construction contract award services for similar projects to ensure
design and construction quality. 3. PERFORMANCE: Past ratings by
Government agencies and private industry with respect to work quality,
performance, compliance with performance schedules, and cost control.
4. CAPACITY: a) Capacity of firm and proposed design teams to
accomplish multiple, large projects simultaneously; and b) Ability to
sustain the loss of key personnel while accomplishing work within
required time limits. 5. LOCATION: a) Knowledge of probable site
conditions and applicable regulatory requirements; and b) Ability of
the firm to ensure timely response to requests for on-site support. In
order to assist the committee to review efficiently all applications,
a summary of experience, proposed team staffing and depth of
additional staff support is requested as part of or in addition to the
SF 255, as follows: 1. Summarize in descending order of significance,
not more than three of your most relevant projects for each type
project required under the experience category. For each of the
presented projects give the following information where applicable: a)
bid results as compared to your estimate and the owner's programmed
amount; b) list the currently proposed team members that worked on the
project; c) an owner point of contact with telephone number; d) list
of number and dollar value of design error and/or design omission
related changes; e) Show the original design schedule, owner approved
time extensions, and the final design execution schedule. 2. Summarize
your proposed team in tabular form with the following data: a) firm
name; b) individual name; c) if the individual is with a consultant
firm, then state your work history with the individual and consultant
firm; d) office assigned to (home or branch office); e) Professional
Registration and date; f) assigned team responsibility; g) years with
current firm, years with other firms; h) percent of time committed to
this team. 3. List the number of individuals in each discipline not
assigned to the proposed team that could be used to augment the
proposed team in the event of loss of personnel or failure to maintain
schedules. 4. A-E's responding should prepare to provide their Design
Quality Assurance Plan (DQAP) prior to selection interviews once a
short list has been approved. The DQAP will include an explanation of
the management approach: an organizational chart showing the
inter-relationship of management and design team components and
specific quality control processes used. One submittal package - to
include one original SF 255 (LIMITED TO 25 PAGES NOT LESS THAN 12 PITCH
FONT). Every page that is not a SF 254 will be included in the 25 page
count) and a SF 254 must be received in this office not later than 30
days from publication at 4:00 p.m. Submittals received after this date
and time will not be considered. If additional firms are needed for
consideration, SF 254s already on file will be used. Include telefax
numbers in Blcok 3a and Contractor Establishment Code (formerly the
DUNS number), Commercial and Government Entity (CAGE) Codes, if known,
and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE
and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart
204.671-5. Label lower right corner of outside mailing envelope with
``A-E Services, 95-D-6888''. This is not a request for proposal. Site
visits will be arranged during advertisement period upon request.
Address all responses to ATTN: Code N5C. NOTE: This procurement item
will be set aside for Emerging Small Business (ESB), and Small Business
(SB). For definitions of these concerns please refer to the Federal
Acquisition Regulations (FAR) Part 19. Architect/Engineer Firms which
meet the requirements for ESB/SB should, as early as possible but not
later than 15 days of this notice, submit a SF254 and SF255. If
adequate interest is not received from ESB, and SB concerns, this
solicitation will be evaluated as unrestricted. Therefore, replies to
this notice are requested from all types of business concerns as well
as SDB, and SB concerns. (355) Loren Data Corp. http://www.ld.com (SYN# 0006 19951227\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|