|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1996 PSA#1537CO ENGFLDACT MW, BUILDING 1A SUITE 120, 2703 SHERIDAN ROAD, GREAT
LAKES, IL 60088-5600 R -- INDEFINTE DELIVERY INDEFINTE QUANTITY ARCHITECTURAL & ENGINEERING
SERVICES FOR REPAIR/MAINTENANCE AND MILITARY CONSTRUCTION PROJECTS FOR
GREAT LAKES REGION FACILITIES SOL N68950-96-R-0028 DUE 032696 POC
Contract Specialist, PRISCILLA ABEYTA, (847) 688-2600, X123
SOLICITATION - FIRM FIXED PRICE INDEFINITE QUANTITY FOR ARCHITECTURAL
& ENGINEERING SERVICES FOR REPAIR/MAINTENANCE AND MILITARY CONSTRUCTION
PROJECTS FOR GREAT LAKES REGION FACILITIES INCLUDING IL, IN, OH, WI, MI
MN, ND, SD, WY, CO, KS, IA, MO, KY, NE & NY. Engineering Services under
contract for work including, but not limited to preparation and
development of the following: Military Construction (MCON) project cost
certifications, parametric cost modeling, detailed cost estimating,
preparations of cost engineering documents, and preparation of
construction documents including drawings, specifications and cost
estimates for various Navy projects. Planning feasibility studies and
project preparation, engineering studies/investigations, and facility
inspections, design work including but not limited to the following:
preparation of plans and specifications, preparation of construction
cost estimates, Step II cost estimates, and special project
documentation, any and all investigations, reports, and studies that
may be required to provide complete contract documents ready for
construction contract advertisement by Engineering Field Activity
Midwest (EFAMW), Great Lakes, Illinois. Work includes project planning
and development, preparation of plans on Autocad release 12 or higher,
specifications using SPECSINTACT system for projects construction costs
over $100,000.00, and cost estimates using a Government provided Work
Breakdown Structures (WBS) system format using the ''SUCCESS'' program,
for all types of projects. The following services may be required:
study-design packages, design-build packages, performance specification
packages, collateral equipment lists, project preliminary hazard
analysis, obtaining permits and regulatory approvals, comprehensive
interior design, contractor submittal review, construction field
observation and consultation, Title II Inspection, Operation &
Maintenance Support Information (OMSI), and as-built drawing
preparation. Some projects may require design in the metric system.
Firms must be able to accept project related work that requires
comprehensive asbestos/lead paint surveys and provide a design that
will support the removal, demolition and disposal of these and other
hazardous materials, as well as the demolition of whole buildings, in
accordance with applicable laws and regulations. It is anticipated that
these contract will include fee look-up tables for project scoping and
design. The work will be primarily ARCHITECTURAL in nature, but the
firm must be entirely capable of providing the full range of
Architect-Engineer (A-E) services. The work may involve the following:
PRIMARY IMPORTANCE - Projects involved in the overall repair and/or
remodeling of an entire building or group of buildings, in part or in
whole. Projects of this type may include such items as: 1. Whole
Building or Whole Center repair projects. 2. Roof repair and/or
replacement. 3. Repairs to the exterior envelope of the building(s)
such as masonry replacement, tuckpointing, thermal insulation, window
replacement, painting, siding repairs or replacement. 4. Interior
alterations such as partitions, doors, ceilings, and floor repairs or
replacement. 5. HVAC repair and/or replacement. 6. Interior electrical
renovation and additions. 7. Plumbing/piping repair and replacement.
8. Environmental assessments including asbestos, lead paint, other
hazardous materials. 9. Demolition of existing unusable and unsound
buildings. 10. Fire protection. SECONDARY IMPORTANCE: 1. Structural
analysis, repairs and/or replacement. 2. Incidental building site,
paving including parking areas and sidewalks. 3. Historical structure
rehabilitation. 4. Landscaping and land drainage. Two contracts will be
awarded. Contract Number N68950-96-D-0014 will be for projects within
a 75-mile radius of the Great Lakes, IL. Contract Number N68950-96-0028
will be for outside of this radius but within the EFA Midwest 16-state
region of Great Lakes. These contracts may include work outside of
their respective geographical regions if the responsible contract
cannot meet the Government's delivery requirements. The estimated start
date for these contracts is July 1996. The total amounts for each
contract shall not exceed $1,666,665.00 per year. It is anticipated
that the majority of work will occur under Contract N68950-96-D-0014.
The guaranteed minimum amount for each contract is $25,000.00. The
duration of each contract will be fore one year. These contracts may be
extended up to two additional years each by options exercisable at the
discretion of the Government. The following may b e included as
options or phases: partial or complete design; construction record
drawings, consultation during construction, inspection and observation
services. Options will be pre-priced and the effort for phases will be
negotiated under the changes clause. The following criteria listed in
descending order of importance will be used for selection for this
contract: (1) Recent specialized experience (within the past five
years) of the team members individually and collectively in designing
the types of projects described for this contract. (2) Technical
qualifications of the team members with respect to education,
registration, and professional experience to design the types of
projects described for this contract. List only the team members who
will actually perform major tasks and the qualifications should reflect
the individuals' contributions to the types of projects for this
contract. (3) Ability of the firm to accomplish the contemplated work
within a minimum time limit and to accomplish multiple projects
simultaneously; as demonstrated by the anticipated impact of this
contract on the firm's permanent staff, projected workload during the
anticipated contract period, the firm's history of successfully
completing projects in compliance with performance schedules and
providing timely construction support. Provide specific experience and
relate time frames to accomplishment of projects related to those
described in criteria element one. Based on the anticipation that the
majority of work will occur within a 75-mile radius of Great Lakes, IL.
This criterion will be evaluated with greater emphasis for contract
N68950-96-D-0014. (4) Past performance with Government agencies and/or
private industry (with an emphasis on efforts similar to the work
described for this contract above) with respect to work control as
demonstrated by long term Government or private business relationships,
repeat business on related efforts, and recommendations or rewards for
performance. Proven internal quality control used to ensure technical
accuracy and disciplined coordination of designs and specifications.
(5) Location of the firm based on (a) a preference for location within
the Chicago/Milwaukee metropolitan area, based on this area being
centrally located to the work in the EFA Midwest Region, (b) knowledge
of probable site conditions and applicable code and regulatory
requirements, and (c) ability of the firm to ensure timely requests for
on site support. Application of this criterion is conditioned upon it
leaving an adequate number of firms given the nature and size of
anticipated projects. (6) Demonstrated success in prescribing the use
of recovered materials and achieving waste reduction and energy
efficiency in facility design. (7) Volume of work previously awarded by
the Department of Defense to the firm in the last 12 months, with the
objective of effecting equitable distribution of contracts among
qualified architect- engineer firms, including firms that have not had
prior Department of Defense contracts; superior performance
evaluations on recently completed Department of Defense contracts; and
the extend to which the firm identifies and commits to small, and
small disadvantaged business firms. Firms which meet the requirements
described on this announcement are invited to submit completed Standard
Forms 254 (including for each subcontractor and joint venture partner)
and 255, U.S. Government Architect-Engineer Qualifications, to the
address for this office, attention Code 023E. To facilitate the slating
process, respondents are requested to limit their submission package to
no more than 40 pages, counting every page that is not included with
the DF 254(s). Indicate in Block #2b of the SF255 the solicitation
number, and in Block #3 the Contractor Establishment Code (CEC) or DUNS
number, Commercial and Government Entity (CAGE)Code, if known, and
Taxpayer Identification Number (TIN). The DUNS, CAGE Code, and TIN are
discussed in DOD FAR Supplement, Subpart 204.671-5. Specifically
address all criteria elements listed in Block 10 of the SF 255, with
additional sheets attached as required. Firms may apply for both of
these contracts. Only one submittal is required to be submitted for
both contracts covered by this synopsis. Firms interested in only one
contract should so indicate on their cover letter. Label the lower
right corner of the mailing envelope with ''a- E Services for
N68950-96-D-0014'' or ''A-E Services for N68950- 96-D-0028'' or ''A-E
Services for both N68950-96-D-0014 and N68950-96-D-0028''. Two copies
of each SF 254 and SF 255 must be received in this office (Bldg 1A,
South end of 3rd Floor, ATTN: Priscilla Abeyta) not later than 4:30
p.m. Central Standard Time, March 26, 1996. No SF 254/255s received
after this date and time will not be accepted. Faxed SF 254/255s will
not be accepted.. This is not a request for proposal. (0052) Loren Data Corp. http://www.ld.com (SYN# 0053 19960222\R-0011.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|