|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16,1996 PSA#1510DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER,
ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET,
NORFOLK, VIRGINIA 23511-2699 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL DESIGN AND
ENGINEERING SERVICES FOR PROJECTS AT MILITARY INSTALLATIONS IN THE
CARIBBEAN SOL N62470-96-R-8008 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 plans, specifications, cost estimates, related
studies, all associated engineering services, and post construction
support for several projects of an architectural naturelocated in the
Caribbean including, but not limited to: Panama, U. S. Virgin Islands,
Puerto Rico, and Cuba. The type of architectural design projects
expected to be performed under this contract are identified below. The
A&E must be able todemonstrate its (and consultants) qualifications
(with respect to the published evaluation factors) to perform the
following work in community facilities (chapels, theaters, banks,
shopping facilities, bowling alleys, child care centers,
etc.);personnel housing facilities (Bachelor Enlisted Quarters (BEQ),
Bachelor Officers' Quarters); and training facilities (classroom): (a)
General building renovation work, i.e., repair/replacement of roofs,
windows, doors, ceilings, floors, restrooms, andexterior and interior
building finishes; and (b) Building additions and new construction of
a minor nature. The A&E must demonstrate 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. Specific
evaluation factors include: (1) Specialized Experience - Firms will be
evaluated in terms of: (a) their past experience withregard to the
design of the type of work listed above; and (b) knowledge of local
codes, laws, permits and construction materials and practices of the
Caribbean; (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 professional registration and ability to
provide registration compliance with Puerto Rican environmental law
either within the firm or via consultant; (b) experience (with present
andother 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 of
services and ability to surge to meet unexpectedproject demands; and
(d) organization and office management as evidenced by management
approach (management plan for this project), and personnel roles in
organization; (3) Capacity to complete up to ten taskings each year
(show current and projectedworkload with a plan and schedule on how you
propose to accomplish the work) - Firms will be evaluated in terms of
impact of this workload on the design staff's projected workload during
the contract period; (4) Past Performance - Firms will beevaluated in
terms of one or more of the following (with emphasis on projects
addressed in factor number one): (a) the process for cost control and
the key person responsible; and (b) performance ratings/letters of
recommendations received; (5) QualityControl 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 - list key personnel responsible; (6)
Demonstrated successin 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 an appropriatenumber of
qualified firms, given the nature and size of the contract) - Firms
will be evaluated on their location with respect to the general
geographical area of the contract; (8) Volume of Work - Firms will be
evaluated in terms of work previouslyawarded to the firm by DOD with
the objective of affecting an equitable distribution of DOD A&E
contracts among qualified A&E firms, including small and small
disadvantaged business firms and firms that have not had prior DOD
contracts; and (9) SmallBusiness and Small Disadvantaged Business
Subcontracting Plan - Firms will be evaluated on the extent to which
offerors identify and commit to small business and to small
disadvantaged business, historically black college and university, or
minorityinstitution in performance of the contract, whether as joint
venture, teaming arrangement, or subcontractor. Firms are required to
prepare the cost estimate utilizing the computerized CES, the
specifications in the SPECSINTACT system format, and alldrawings shall
be submitted in an AutoCAD compatible format. The design contract
scope may require evaluation and definition of asbestos materials and
toxic waste disposition. Fee negotiations would provide for laboratory
testing and subsequentpreparation of plans and specifications may
require definition of removal and/or definition of disposal process.
Firms responding to this announcement must be prepared to accept the
aforementioned as a part of their contract responsibility. Theduration
of the contract will be for one (1) year from the date of an initial
contract award. The proposed contract includes two (2) one (1) year
Government options for the same basic professional skills. The total
A&E fee that may be paid under thiscontract will not exceed $2,000,000.
No other general notification to firms for other similar projects
performed under this contract will be made. Type of contract: Firm
Fixed Price Indefinite Quantity Contract. Estimated start date is
July1996.--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, 20 February
1996 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. Before award of contract, the Architect-Engineer (if not a
Small Business concern) shall agree in the contract, by incorporation
of an acceptable small business and small disadvantaged business
subcontracting planin accordance with FAR Part 19.7, that small
business concerns and small disadvantaged business concerns shall have
the maximum practicable opportunity to participate in contract
performance consistent with its efficient performance.--The small
businesssize standard classification is SIC 8712 ($2,500,000).--This is
not a request for proposals. Inquiries concerning this project should
mention location and contract number. See Note 24.(0011) Loren Data Corp. http://www.ld.com (SYN# 0013 19960112\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|