|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1996 PSA#1562COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING
COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 10068, NORTH CHARLESTON,
SC 29419-9010 C -- INDEFINITE DELIVERY REQUIREMENTS (IDR) FOR A-E SERVICES AT
ACTIVITIES INCLUDED HEREIN SOL N62467-96-R-0815 DUE 042996 POC Admin
Questions: Ms. Frances J. Mitchell, (803) 820-5749 Three firms will be
selected for this solicitation, one for each of the three contracts
described herein. No firm will be awarded more than one (1) contract.
A separate submittal is required for each contract covered by this
solicitation. Firms shall indicate in Block 1 of their SF 255, the
contract number for which they wish to be considered. The three
contracts shall be for professional A-E services necessary for the type
of all projects and studies ordered by the Southern Division, Naval
Facilities Engineering Command, Charleston, SC, at the following
locations: (1) Contract number N62467-96-R-0815 shall encompass
Selfridge Air National Guard Base, Detroit, MI. The anticipated
CONSTRUCTION value is between $5-$15M: (2) Contract number
N62467-96-D-0816 shall encompass Naval Training Center Complex Great
Lakes, IL. The anticipated CONSTRUCTION value is between $45-$60M: (3)
Contract number N62467-96-D-0817 shall encompass the Naval Support
Activity Memphis, Millington, TN. The anticipated CONSTRUCTION value is
between $20-$25M. The work shall include A-E services for all types of
new and existing facilities and includes project planning and
development (including Primavera planning/scheduling), engineering
studies, project designs including preparation of plans in Autocad
release 12 or higher (or Intergraph), specifications using SPECSINTACT
system, and cost estimates using a government provided Work Breakdown
Structures (WBS) system format using the ''Success Estimating and Cost
Management System'' program. The following services may be required:
study-design packages, design-build packages, collateral equipment
lists, project preliminary hazard analysis, obtaining permits and
regulatory approvals, surveys (topographpic and boundary), soil
investigations, comprehensive interior design, contractor submittal
review, construction field inspection and consultation, Title II
Services, Operation & Maintenance Support Information (OMSI), and
as-built drawing preparation. Some projects will require design in the
metric system. Firms must be able to accept project-related work that
requires comprehensive asbestos/lead paint survey and provide a design
that will support the removal, demolition, and disposal of these and
other hazardous materials in accordance with applicable laws and
regulations. THE FOLLOWING PROJECT TYPES AND SERVICES ARE EXCLUDED FROM
ALL THREE CONTRACTS: (a) Medical/Dental facilities (except for repairs,
alterations or additions not requiring special Medical/Dental facility
knowledge), Petroleum Oils and Lubricants (POL) facilities, family
housing, forensic investigations, value engineering studies, Navy
Environmental Compliance Account (NECA) studies and National
Environmental Protection Act (NEPA) studies that will not result in
plans and specs, land management, and comprehensive planning studies,
and studies/designs that are considered exclusively for either fire
protection or moisture intrusion will not be performed under this
contract; (b) training facilities, administration facilities, aircraft
maintenance facilities, airfield pavements, and utilities and ground
improvements with a construction value over $1M will NOT be performed
under contract N62467-96-R-0815 until after 30 July 1996 nor under
contract N62467-96-R-0817 until after 16 AUG 1996; (c) barracks,
galleys, and community facilities with a construction value over $1M
will not be performed under contract N62467-96-R-0816 until after 15
July 1996 nor under contract N62467-96-R-0817 until after 16 August. At
the discretion of the government, similar work at other bases within
the Southern Division Area of Responsibility (AOR) may be included in
these contracts, as determined by the Contracting Officer on a
case-by-case basis. In the event that a selected A-E firm cannot
perform their duties under the terms of the contract due to quality,
workload, negotiations or any other problems, a different A-E firm
(backup) will be employed to perform the work. The A-E firm selected
for N62467-96-D-0816 will be the backup for contract N62467-96-D-0747
for projects at specific sites in Indiana, Kentucky, and Minnesota; and
the A-E firm selected for contract N62467-96-D-0817 will be the backup
for N62467-96-D-0807 at NAS Meridian, MS. In addition, any of these
contracts may be a backup to another contract as deemed necessary by
the Contracting Officer. These contracts may use negotiated fee
schedules. Contract award is contingent upon availability of funds. The
contract period is one year with four one-year options for the complete
services described above. Selection Criteria: The following criteria
(listed in descending order of importance) will be used for the basis
of selection for all three contracts EXCEPT AT NOTED OTHERWISE. The
format for responding to each criteria shall be as indicated in lieu of
completing Blocks 7,8,9 and 10 in the SF 255. 1. PROFESSIONAL
QUALIFICATIONS: Technical competence by discipline (education,
registration and experience) of individual design team members which
must include in addition to the traditional disciplines (a) an engineer
registered in the discipline of fire protection engineering with at
least 5 years of full time fire protection experience; (b) a registered
communications distribution designer (this is a new professional
designation); (c) an engineer or architect with at least 10 years of
roofing and waterproofing design experience and who is either a
Registered Roofing Consultant (RRC) certified by the Roof Consultant
Institute (RCI) or a Certified Roofing Consultant (CRC) certified by
the Institute of Roofing Waterproofing Consultants (IRWC); (d) a
registered landscape architect; (e) an interior designer qualified by
any of the following: National Council of Interior Design
Qualifications (NCIDQ), professional member of American Society of
Interior Designers (ASID), state registered, state licensed; or a
registered architect with five years of interior design experience; (f)
a registered engineer with at least 10 years experience in the design
of airfield pavements (Contracts N62467-96-D-0815 and N62467-96-D-0817
only); (g) a registered civil or structural engineer with at least 5
years experience in wind and seismic design, and (h) a registered
engineer with at least 5 years experience in the design of central
steam heating plants and base wide above and below ground steam
distribution systems (Contract N62467-96-D-0816 only). Submission
Format: Submit a matrix for proposed team(s), including alternates,
that contains the following data about the member's assignment: Design
team member's name, firm name, office location, proposed team
assignment, highest education level/discipline (example: BS, mechanical
engineering), type of discipline registration and/or certifications,
states of professional registration, number of years of professional
experience and number of years with the firm. Also, for project
managers and team leaders, identify the number of teams (design,
consultants and joint venture partners) they have managed over the past
three years. 2. SPECIALIZED EXPERIENCE: Recent experience (within the
past 5 years) of design team members individually AND collectively as
a total team (A-E, Client, Outside agencies) in (a) Performing facility
planning studies (including DD1391 preparation and parametric cost
estimates); (b) designing training facilities, administrative
facilities, community facilities, barracks, galleys, industrial
facilities, maintenance facilities, airfield pavements, central steam
plants, above and below ground steam distribution systems, and utility
and ground improvements; (c) designing projects to Navy, Air Force,
Army or other DOD agencies criteria; (d) designs using Autocad or
Intergraph, SPECSINTACT, and Cost Engineering using the WBS systems and
the ''Success Estimating and Cost Management System''; (e) on-site
functional analysis and on-site schematics, space programming and
parametric cost engineering, and (f) evidence of experience of both the
firm and key personnel in comprehensive interior design and knowledge
of the related federal acquisition process. SUBMISSION FORMAT: Provide
a description of at least three projects with clients' references
(point of contact and phone number) for which team members provided a
significant technical contribution. Work on these projects must have
been done in the last 5 years. Indicate how each project is relevant to
the work described herein. In matrix form, identify which team members
worked on the projects described above. Projects shall be in the left
column and team members' names shall be across the top row of the
matrix. Also, describe the firm's experience with Autocad or
Intergraph, SPECSINTACT System and parametric cost engineering. 3.
PERFORMANCE: Past performance ratings by Government agencies and
private industry with respect to work quality, performance, compliance
with schedules and cost control. SUBMISSION FORMAT: Provide a tabular
listing of all excellent performance ratings and letters of
commendation from both private and DOD clients (designate your role:
prime, consultant or joint venture partner). These ratings should be
dated 1990 or later and should include those for joint venture partners
and consultants. Provide a list of relevant projects managed by the
proposed project manager(s), and include the following data: client's
contact, client's need date, design completion date and final cost
estimate compared to the contract award amount (note whether bid or
negotiated). 4. CAPACITY: (a) Capacity of firm and project teams to
accomplish multiple, large and small projects simultaneously and (b)
ability to sustain the loss of key personnel while accomplishing work
within required time limits. SUBMISSION FORMAT: Submit an
organizational chart with the following information: Principal point of
contact, project manager, team leaders, the name of each design team
member, all team members' assignments, and the name of at least one
alternate for each key person. Summarize your plan for starting project
development in May 1996 and for simultaneously accomplishing design of
multiple projects within one calendar year for approximately $15M of
construction value. 5. LOCATION: (a) Knowledge of local site conditions
and applicable regulatory requirements and (b) ability of the firm to
ensure timely response to requests for on-site support. SUBMISSION
FORMAT: Provide a list of recent projects performed by the firm or
joint venture partners and appropriate consultants in the Selfridge
area for N62467-96-D-0815; in the Great Lakes, IL area for
N62467-96-D-0816; and the Memphis, TN area for N62467-96-D-0817. 6.
VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously
awarded to the firm by DOD within the past twelve months with the
objective of effecting an equitable distribution of contracts among
qualified A-E firms including small and small disadvantaged business
firms and firms that have not had prior DOD A-E contracts. 7. JOINT
VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: Firms will be evaluated
on the extent to which they commit to using Small Businesses, Small
Disadvantaged Businesses, Historically Black Colleges and Universities
or Minority Institutions in performance of the contract, whether as a
joint venture, teaming arrangement, or consultant. If the successful
firm is a Large Business, they will be asked to provide a formal
subcontracting plan in accordance with FAR 52.219-9, Small Business and
Small Disadvantaged Business Subcontracting Plan, prior to award.
SELECTION INTERVIEW REQUIREMENTS: Prior to the selection interview, A-E
firms slated must submit their Design Quality Assurance Plan (DQAP).
This shall include an explanation of their management approach and
commitment to accomplishing numerous small projects (($1M) as well as
large projects ()$1M), their commitment to a quality philosophy,
specific quality control process, a portfolio of planning studies and
design work (both new construction and upgrades to existing
facilities), a listing of present business commitments with their
required completion schedules, financial and credit references (include
name and telephone numbers of officers at their financial
institutions), and performance references other than Southern Division,
Naval Facilities Engineering Command (include 3 or more with names and
telephone numbers of the contract administrators). For consideration,
provide one submittal package for each contract including an original
SF 255 and SF 254 for the prime and an SF 254 for each consultant
proposed. The SF 255 with attachments shall be limited to 25 pages
(8.5x11 one side), with print size not smaller than 12 pitch font. The
submittal package must be received in this office not later than 4:00
P.M. EASTERN TIME on TUESDAY, APRIL 30, 1996. 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 Block 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. For each contract, label lower right corner of
outside mailing envelope with ''A-E Services,(contract number)''. This
is not a request for proposal. Site visits will not be arranged during
advertisement period. Address all responses to ATTN.: Code 0213FM.
(0087) Loren Data Corp. http://www.ld.com (SYN# 0015 19960328\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|