Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1996 PSA#1624

Department of Defense, OSD, Washington Headquarters Services, Real Estate and Facilities Directorate, Procurement and Contracts Office, Pentagon, Room 1D198, Washington, D.C. 20301-1155

C -- /E ARCHITECTURAL WORK FOR DESIGN, CONSTRUCTION ADMINISTRATION, AND RELATED ENGINEERING SERVICES FOR THE SECRETARY OF DEFENSE IN THE WASHINGTON, D.C. METROPOLITAN AREA Sol MDA946-96-RA025. Contact Danita Ladson, (703)693-3750 ext. 18/Contracting Officer, Linda Luczak, (703)693-3750 ext. 16. Architectural services for design, construction administration and related engineering support services in Federal and Federally leased buildings, including the Pentagon, as required by the Technical Projects Branch of the Space Policy and Acquisitions Division under the Directorate for the Office of the Secretary of Defense. The contract shall provide for a one year term, and four consecutive optional 12 month periods, with the same terms and conditions. The contract's total dollar amount shall not exceed $100,000.00 per year, and the minimum dollar amount for any Work Order shall not be less than $500.00. Projects and Work Orders assigned under this contract shall be primarily Architectural in nature to include support from Civil (including Landscape Architecture), Structural, Mechanical (including Fire Protection and Plumbing), and Electrical (including Communications, Security, and Telephone) Engineering. Interior Design support services may also be sought. At the option of the Government, all or some of the following tasks may be required: design, building surveys, existing facility analysis, concept designs, construction document development (to include plans, specifications, and cost estimates), research and analysis, specific issue studies, preliminary development studies, site surveys, cost estimates, construction administration and inspection, review of submittals, preparation of as-built drawings, and other related services. Prospective projects may be in any of the Office of the Secretary of Defense/Washington Headquarters Services (OSD/WHS) controlled buildings in the Washington, D.C. Metropolitan area. Selections shall be based on the following criteria categories listed in relative order of importance: I. Organization. (a) Size and structure of A/E firm; sufficiency of staff and technical resources to undertake a multiple number of concurrent projects. (b) Ability of firm to respond rapidly to onboard design reviews, construction administration, and construction inspection problems. (c) Extent firm is involved in design and construction administration of renovation projects. (d) Organizational structure and experience of in-house personnel with architectural, engineering, and interior design projects. (e) Experience of the firm with its professional consultants and engineers who will provide support during this contract. (f) Logevity of the firm and its personnel, particularly key individuals to be assigned to this contract and prospective projects. II. Experience. (a) Recent specialized experience and technical competence in the design of office buildings, food service facilities, computer rooms, communications facilities, secure rooms, and other related Government facilities. (b) Experience in design and construction administration of new and renovation projects; of the ability to interface existing conditions with new construction; and of projects of varying sizes (small to large). (c) Experience with Government agencies and Government contracting, administration, and procurement process and procedures. (d) Experience in computer-aided design (CAD) and its capabilities to interface with Intergraph or other CAD programs and IBM compatible computers; also include all consultants' and engineers' abilities to interface with CAD programs. (e) Familiarity with the metric system and the ability to perform required design and construction services in metric units. III. Performance. (a) Past performance on contracts with respect to developing construction documents, quality control of work, and compliance with performance schedules. (b) Past performance in maintaining accurate cost estimation data and producing accurate cost estimates for construction renovations and new construction projects of varying sizes. (c) Past performance in providing construction administration and inspection services; ability to respond rapidly to construction administration problems. (d) Past performance in designing within budget constraints. (e) Past performance in the understanding of and response to client needs and requirements. IV. Capacity. (a) Capacity of the proposed design team to accomplish this type of work in a timely manner. (b) Ability to respond rapidly to undertaking numerous indefinite quantity design projects and construction administration problems. V. Location. (a) Geographical location of the firm with respect to project locations to ensure timely response to requests for on-site support. (b) Knowledge of the locality of the projects' areas and the regulatory requirements that would affect the projects. To assist the selection committee in conducting a more efficient review of all applications, a summary of experience, proposed team staffing, and depth of additional staff support is requested as part of the SF255, Section 10, as follows: 1. Summarize in descending order of significance, not more than three (3) of your relevant projects for each project type listed under the experience category. For each of the presented projects, give the following information where applicable; (a) bid results, your final design estimates, and the original programmed amount; (b) list the team members that worked on the project; (c) provide a point of contact/client reference with current address and telephone umbers; (d) list the number and the total dollar value of change orders and modifications; (e) show the original schedule; include the construction notice to proceed dates, the building occupancy date for construction, and all time extensions under a separate line item. 2. Summarize quality control/quality assurance practices by including an explanation of the management approach; the inter-relationship of management and design team components and specific quality control processes used. Firms desiring consideration must submit a SF 255. SF 254's must be furnished for prime, joint venture(s), and/or consultants. Each SF 255 submitted should include information on any computer design capabilities in block 10. Only responses to the announcement received within 30 days from this issue date will be considered for selection. Responses must be received by OSD/Procurement and Contracts Office (PACO) in the Pentagon, Room 1D198, no later than 2:00 P.M. of the 30th calendar day. CBD publication day is considered the first day. If the 30th day falls on a Sunday, Saturday, or U.S. Government holiday, the deadline is 2:00 P.M. of the next Government business day. A SF 254 is considered current if it is not more than one year old from the date of the corresponding CBD synopsis. This is not a Request for Proposal (RFP). (171)

Loren Data Corp. http://www.ld.com (SYN# 0024 19960625\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page