Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1995 PSA#1499

Officer 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