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