Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717

Officer in Charge of Construction, Naval Air Station Atlanta, Building 70, 1000 Halsey Ave, Marietta, GA 30060-5099

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURE/ENGINEERING SERVICES FOR VARIOUS PROJECTS IN GEORGIA SOL N62467-97-R-3201. Due 121996. Contact Linda Doerner, 770/919-6513, Contracting Officer, Carolyn S Beynon, 770/919-6686. This solicitation is unrestricted, open to all A/E firms and is for an indefinite quantity contract for various architect/engineering services which includes preparation of plans, specifications and cost estimates for repairs, alterations and/or new construction associated with architectural/engineering projects. Studies, collateral equipment lists, review of contractor submittals, construction field inspection and as-builts preparation may be required. Projects assigned to this contract could include any of the following disciplines: Architectural, Civil/Structural, Mechanical and Electrical. Contract award is contingent on availability of funds. The contract period is one year with a one year option. The maximum contract value shall not exceed $600,000; $300,000 for the base year and $300,000 for option year. No one delivery order will exceed $149,000. A minimum fee of 5% of the estimated maximum contract value will be guaranteed for both base and option year. Selected A/E is required to participate in predesign/prenegotiation conference and site visit within seven (7) days of notification of selection and provide fee proposal within ten (10) days after site visit. The following criteria, listed in descending order of importance, will be used for the basis of selection: 1. PROFESSIONAL QUALIFICATIONS: a) Technical competence of the firm to perform the types of work identified. Technical competence of individual design team members to design alterations, repairs and new construction projects; b) Experience in and knowledge of multi-discipline design projects and of Navy regulations through recent design experience; c) professional registration of each discipline's lead designer. 2) SPECIALIZED EXPERIENCE: a) Recent multi-discipline experience of the proposed design team members in designing repair, alteration and new construction projects to Navy design criteria; b) Designing projects involving asbestos; c) Post construction contract award services to ensure design and construction quality. 3) PERFORMANCE: a) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4) CAPACITY: a) Professional ability to accomplish multiple projects simultaneously; b) Ability to sustain loss of key personnel while accomplishing the work within required time limits; 5. LOCATION: a) Knowledge of probable site conditions; b) Knowledge of regulatory requirements that would affect projects; c) Geographic location of firm to ensure timely response to unanticipated request for on-site support. 6. VOLUME OF DOD WORK: a) 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. In order to assist the committee to more efficiently review all applications, a summary of experience, proposed team staffing and depth of additional staff support is requested as part of or in addition to the SF 255 as follows: 1. Summarize not more than two of each type (i.e., architectural, civil/structural, mechanical and electrical) of your most relevant projects. For each presented project, provide the following information (where applicable): a) bid results as compared to your estimate and owner's programmed amount; b) Project team members; c) Owner point of contact (with telephone number); d) Number and dollar value of design error and/or design omission related changes; e) Original design submission schedule, owner approved time extensions and final execution schedule (in bar chart format). 2. Summarize proposed team (in tabular form) with the following data: a) Firm name; b) Individual's name; c) Work history with the individual and consultant firm; d) Office location (home or branch office); e) Professional degree(s) and date(s); f) Professional registration(s), date(s), and state(s); g) assigned team responsibility; h) Percent of time committed to this team; i) Synopsis of design experience including firm name(s), years with each firm and type of design experience with each firm. 3. List number of individuals in each discipline not assigned to proposed team who could be used to augment proposed team in the event of loss of personnel or failure to maintain schedules. 4. A/E's slated for interviews will be required to submit their Design Quality Assurance Plan (DQAP) and a portfolio of architectural design work prior to selection interviews. The DQAP must include an explanation of your management approach, an organizational chart showing inter-relationship of management and design team components and specific quality control processes. For consideration, submit one original SF 254 and SF 255. The submittal package must be received in this office not later than 4:00 PM EASTERN TIME on DECEMBER 19, 1996. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 254s already on file will be used. Clearly show location of office(s) and experience/education/location of individuals who will perform the work. Interested firms are requested to include telefax numbers on their SF 255 in Block 3a and Contractor Establishment Code (formerly DUNS number), commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in DoD FAR Supplement, Part 204, Subpart 204.671-5. Label lower right corner of envelope with ``A/E Services, N62467-97-R-3201''. This is not a request for proposal. Site visits will not be arranged during advertisement period. All responses from responsible sources will be considered. Address all responses to ATTN: Code 80C. (309)

Loren Data Corp. http://www.ld.com (SYN# 0005 19961106\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page