Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1996 PSA#1562

Florida Air National Guard, 125th Fighter Wing, 14300 Fang Drive, Jacksonville, FL 32218-7933

C -- INDEFINITE DELIVERY/QUANTITY ARCHITECT/ENGINEER SERVICES Sol. DAHA08-96-R-0005, DAHA08-96-R-0006. POC: Contracting Officer is MAJ Gary Peterson, (906)823-0550. Two firms will be selected for this solicitation, one for each of the two contracts described herein. No firm will be awarded more than one (1) contract from this solicitation. 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. Work associated with these contracts shall begin after October 15, 1996. The two contracts shall be for professional A-E services necessary for the type of projects and studies as described and ordered by the Florida Air National Guard, Jacksonville, FL for the following contracts: (1) Contract number DAHA08-96-R-0005 shall encompass investigative/conceptual (Type A) services, design (Type B) services and inspection (Type C) services for facilities and infrastructure located in Jacksonville, FL, Patrick Air Force Base, FL, MacDill Air Force Base, FL, Homestead Air Reserve Base, FL, and Camp Blanding, Starke, FL. (2) Contract number DAHA08-96-R-0006 shall encompass investigative/conceptual (Type A) services, design (Type B) services and inspection (Type C) services for facilities and infrastructure located in Jacksonville, FL, Patrick Air Force Base, FL, MacDill Air Force Base, FL, Homestead Air Reserve Base, FL, and Camp Blanding, Starke, FL. Contract DAHA08-96-R-0005 will be backed up by Contract DAHA08-96-R-0006; Contract DAHA08-96-R-0006 will be backed up by Contract DAHA08-96-0005. This is an A/E contract in which specific delivery orders will be negotiated and issued as project requirements are identified. The A/E firm may be required to perform architectural, structural, mechanical, electrical and environmental designs for construction and alteration of multi-use facilities. The A/E services may require investigative/conceptual (Type A) services, design (Type B) services and inspection (Type C) services. The maximum fee for any one delivery order shall not exceed $150,000. The cumulative amount for all delivery orders shall not exceed $750,000. The A/E should anticipate designing for construction projects cost ranging as low as $20,000 up to $1,500,000. This is an unrestricted procurement. The following criteria (listed in descending order of importance) will be used for the basis of selection. 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) an engineer or architect with at least 10 years of roofing and waterproofing design experience and who is certified by either the Roof Consultant Institute (RCI) or Institute of Roofing Waterproofing Consultants (IRWC). SUBMISSION FORMAT: Submit a matrix for proposed team(s), including alternates, that contain 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), 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 DD 1391 preparation and parametric cost estimates) (b) designing training facilities, administrative facilities, community facilities, maintenance facilities, airfield pavements, and utility and ground improvements (c) designing projects to Navy, Air Force, Army or other DOD agencies criteria (d) designs using Autocad or Intergraph, SPECINTACT, and Cost Engineering using the WBS and Means Cost Estimating Systems (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 federal acquisition process. SUBMISSION FORMAT: Provide a description of at least 3 projects with client's references (point of contact and phone number) for which team members provided a significant technical contribution. Work on these projects 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, Means and parametric cost estimating. 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. 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 Jacksonville, FL, Starke, FL, Miami, FL, Tampa, FL and Cocoa Beach, FL areas. 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. 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. 7. DEMONSTRATED SUCCESS IN PRESCRIBING THE USE OF RECOVERED MATERIALS AND ACHIEVING WASTE REDUCTION AND ENERGY EFFICIENCY IN FACILITY DESIGN. 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 ($50,000) as well as large projects ($2,000,000), 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 (include 3 or more with names and numbers of contract administrators). For consideration, provide one submittal package to include 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 (8.5 x 11 one side), with print size not smaller than 12 pitch font. The submittal package must be received no later than 30 days after the date of this publication to: Florida Air National Guard, 125FW/CES (CPT Michael Guarino), Bldg 28, 14300 FANG Dr., Jacksonville, Florida 32218-7933. Submittals received after this date will not be considered. If additional firms are needed for consideration, SF 254's already on file will be used. Include telefax numbers in Block 3a and Contractor Establishment Code (formally the DUNS number), Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3 of the SF255. The CEC, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204, Subpart 204.671-5. This is not a request for proposal. Site visits will not be arranged during advertisement period. The proposed contract will be awarded for a one (1) year period with an option to extend the contract for one (1) additional year. Technical questions may be referred to CPT Michael Guarino at (904)741-7590. (085)

Loren Data Corp. http://www.ld.com (SYN# 0017 19960328\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page