Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1996 PSA#1537

CO 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