Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1996 PSA#1585

Federal Aviation Adminitration, Mike Monroney Aeronautical Center, Center Acquisition Contracting Team, AMQ-310, P.O. Box 25082, 6500 S. MacArthur Blvd., Oklahoma City, OK 73125-4929

R -- ARCHITECT/ENGINEERING SERVICES FOR COMMERCIAL-INDUSTRIAL ACTIVITIES SOL DTFA-02-96-R-60018 DUE 051796 POC Brent D. Foreman, Contracting Officer, (405) 954-7894 or FAX (405) 954-9219 The Federal Aviation Administration (FAA) has a requirement for Architect/Engineering for Commercial-Industrial applications. The Standard Industrial Classification (SIC) Code is 8711 and 8712. The requirement is for a base year and two one-year options. It is anticipated that multiple (two-2) indefinite-delivery/indefinite- quantity type contracts will be awarded covering Mechanical/Electrical (architectural) engineering services. The contracts will be awarded for a 1-year base period with options for two additional 1-year periods. The Architect-Engineering (A&E) firms shall furnish all services, materials, supplies, personnel, and supervision required for production of design, drawings, estimates, specifications, reports, and electronic media as required by specific order to execute planning, design, for construction projects including the conducting of fact-finding studies, surveys, investigations, economic analysis in support of design activities and inspection of construction activities. The A&E submission of SF254 and SF255 must demonstrate its qualifications with respect to the published evaluation factors. The evaluation factors are listed in descending order of importance. Specific evaluation factors include: (a) Specialized experience of the firm; A&E shall submit detailed reviews of at least two projects accomplished recently which demonstrate successful accomplishment of A&E services in commercial-industrial construction. These reviews must illustrate the scope of the effort, its complexity, how schedules were implemented and how objectives were met (include time tables). Projects completed for the Federal Government in particular should be included, if any. (b) Capability and capacity of firm to accomplish the work; A&E shall submit a complete resume of the experience of each line and staff executive, supervisor and technical staff member presently employed by the company who will be devoting all, or a majority of their time to this project. Resumes should include: name, educational background, present position or title, types of experience by years, and any other information in sufficient detail to facilitate evaluation of qualifications and administrative or technical competence. Special emphasis should be placed on experience with design of commercial and industrial construction. Resumes of key individuals employed by subcontractors shall also be included. For executive/supervisory personnel a minimum of three years of direct executive or supervisory control of an organization is needed. Firms shall provide relevant recent experience and technical knowledge of project personnel and outside consultants, total number of personnel the firms employs in the technical disciplines required for the proposed work, and the professional qualification of those personnel, the firm's current workload, total number of on-going projects, their construction value or fee, and percentage of completion. (c) Organizational structure information necessary to determine the organizational structure of the firm; i.e., minority-owned, woman-owned, and use of consultants, in-house, joint-venture, or by association or subcontract. (d) Geographic location. An A&E firms proximity to the Aeronautical Center will be evaluated. Rating will be given to firms based upon locations in descending order (i) within the Oklahoma City metropolitan telephone exchange area, (ii) those firms located outside the Oklahoma City metropolitan telephone exchange area but within the State of Oklahoma, and (iii) those firms outside the state of Oklahoma. (e) Past performance; Firms shall provide information on past performance on contracts with the Department of Transportation, other Government agencies, and private industry in terms of cost control, quality of work, accuracy of construction cost estimates, and the number, dollar amounts, and reasons for construction change orders. (f) Design ability and understanding of the requirements. Firms are to provide information that demonstrates past technical approach (planning and design process, overall planning and design philosophy), possible concepts (narrative), special design opportunities, innovative design possibilities (including environmental), and provisions for the handicapped. Additional information that demonstrates experience and understanding of energy conservation design (approach to maximizing energy conservation), project buildings and equipment systems impacting energy consumption, criteria and engineering considerations to be used in building and equipment design, and examples of previously used design techniques and measure of results. Also provide methodology used in working up a project schedule and man-loading plan, provide examples of previous work. (also include any major awards and other major recognition the firm or members of the firm have received for design excellence.) (g) Minority/Women Employment: A&E will provide the percentage of minority employees in all job classifications and pay scales. This will be evaluated in relation to the percentage of minorities in the immediate locality and general surrounding area. Identify the number of women in all classifications and pay scales. Offerors shall provide both Standard Form 254 and 255 for the above requirement to FAA, Bid and Proposal Officer (AMQ-77), Room 308, Multi-Purpose Building, P.O. Box 25082, Oklahoma City, OK 73125-4931, by 3:30 PM, Local time May 17, 1996. (0120)

Loren Data Corp. http://www.ld.com (SYN# 0053 19960430\R-0011.SOL)


R - Professional, Administrative and Management Support Services Index Page