Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 25,1996 PSA#1644

Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901 M Street, SE, Washington, DC 20374-5018

C -- TITLE II SURVEILLANCE AND INSPECTION SERVICES, VARIOUS LOCATIONS, ENGINEERING FIELD ACTIVITY CHESAPEAKE SOL N62477-96-D-0135 DUE 082696 POC Contact Randolph Jones, 202-685-3152/Deborah Grant, KO, 202-685-3166 Work will require an Architect-Engineer (A-E)/Engineering Services (ES) firm to provide surveillance and inspection of construction projects at various locations within the EFA Chesapeake region - Washington, DC, Virginia, and Maryland - and make recommendations upon which the Resident Officer In Charge of Construction (ROICC) bases his acceptance of the work. Construction projects includes repair, alteration and new construction type projects. Projects include bomb-proof buildings, copper, slate and built-up roofing, painting of elevated water tanks, removal and replacement of underground fuel oil tanks, massive concrete and heavily reinforced concrete walls and slabs, shallow and deep foundations, asphalt/concrete paving, various site work and utilities, medium and low voltage power distribution systems, and HVAC and plumbing systems. The possibility of hazardous materials, i.e., asbestos, lead paint, PCB, may exist at various project sites. The A-E/ES firm will be required to conduct hazardous material removal surveys, including various field/lab testing and sampling as required. All hazardous material licenses and/or accreditations necessary for the locality of the project site are required by the A-E/ES firm or their subcontractor. These services contain no authority to direct the construction contractor in any way. The ROICC will be responsible for and execute signature upon all correspondence and specific directives to the contractor. The A-E/ES firm shall provide qualified personnel experienced in building inspection, construction, estimating, and scheduling. Qualified personnel shall be capable of reading construction contract drawings and specifications and expressing themselves both orally and in writing; must have a knowledge of building and construction crafts; and the ability to assess means and methods and equipment costs for contract modifications involving various types of construction, including; mechanical, electrical, plumbing, HVAC, roofing, paving, drainage, utilities, removal of underground storage tanks, removal and disposal of hazardous materials, investigating differing site conditions, evaluating potential changes to the construction contract, and short term on-site specialty inspections; i.e., RF shielded enclosures, blast-proof enclosures. A minimum of three years building construction experience is required. Contract award is contingent upon availability of funds. The selected A/E firm for this contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 7 days after receiving the Request for Proposal. The selected firm will also be required to participate in an orientation and site visit meeting within seven days of notification and provide a fee proposal within 10 days after that meeting. The total contract amount will not exceed $1,000,000 for each year. The duration of the contract will be for the period of one year, with the possibility of 4 one-year options. The estimated start date is November 1996. The following criteria, listed in descending order of importance will be used for selection. 1. PROFESSIONAL QUALIFICATIONS: (a) Technical competence of individual staff members and the AE/ES firm in providing complete surveillance and inspection services; (b) Demonstrate capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; (c) Certification as an American Society of Mechanical Engineers (ASME) Certified Boiler inspector; and a Registered Roof Consultant (RRC). RRC is a trademark of the Roof Consultant Institute, Raleigh, NC). 2. SPECIALIZED EXPERIENCE: Recent experience of personnel in inspecting; (a) Repair, alteration, and construction projects; (b) projects involving asbestos, lead paint, and other hazardous materials; (c) Boiler repair, renovation and alteration; (d) repair and construction of various roof types ; (e) projects containing explosion proof provisions; and (f) projects designed to DOD/Federal criteria, including projects incorporating Construction Quality Control (CQC) provisions. Familiarity with; (a) construction scheduling, including automated software such as ''Primavera''; and (b) using cost control procedures. 3. PAST PERFORMANCE: Past Performance ratings of government agencies and private industry on contracts in terms of (a) experience with DOD contracts, and (b) familiarity with Department of the Navy (NAVFAC) Construction contracts. 4. CAPACITY: Ability to provide services at mulitple sites and sustain loss of key personnel while accomplishing inspection services. 5. PREFERENCE: Preference will be given to firms within a 100 mile radius of Engineering Field Activity, Chesapeake, Washington Navy Yard and that have a knowledge of the general locality of the projects, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the projects. Each firm's past performance (s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. In order to assist the Board in more efficient review of all applications, a summary of experience, proposed staffing, and depth of additional staff support is requested as part of or in additional to the SF 255. Summarize in descending order of significance, at least three of your most recent relevant projects for the types of services described herein. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC), and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3a and 1, respectively. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 SF 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct contact with EFA CHES throughout the contract work must be identified as the ''Project Manager''. Information in the cover letter and any other attachments will not be included in the official selection process. Fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. The selected firm may be subject to an advisory audit performed by the Defense Contract Audit Agency. Because this contract acquisition could result in an award over $500,000.00, a subcontracting plan will be required by the selected firm if the firm is a large business concern. The small disadvantaged business set-aside goals in that subcontracting plan shall not be less than 5 percent of the subcontracted work. This does not apply if the prime firm is a small business concern. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Building 212, 901 M Street SE, Washington, DC 20374-5018 (0205)

Loren Data Corp. http://www.ld.com (SYN# 0017 19960724\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page