Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1996 PSA#1721

U.S. Department of State, Office of Foreign Buildings Operations, A/FBO/AP/AD, Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, Virginia 22219

C -- QUALIFICATION FOR CONSULTING ENGINEERING SERVICES FOR SEISMIC EVALUATION AND STRENGTHENING OF EXISTING OFFICE BUILDINGS WORLDWIDE Sol. S-FBOAD-97-R-0015. Due 121696. POC: Edward J. Czarny, (703) 516-1961 or facsimile 875-6292. CONSULTING SEISMIC ENGINEERING SERVICES. The Department of State Office of Foreign Buildings Operations, anticipates awarding up to five (5) indefinite quantity/indefinite delivery contracts to qualified firms or teams one of which may be a small business, to provide engineering services for seismic evaluation and seismic strengthening of existing office buildings commencing on or about 1 May 1997 at various foreign service posts worldwide. The structural engineering services may involve all or portions of the following: a) reviewing all available documentation related to seismic resistance, b) travel to/inspections of site, c) performing calculations establishing expected structural behavior, d) preparing seismic engineering reports delineating expected seismic behavior and adequacy, e) performing feasibility studies and determination of preliminary costs relating to alternate schemes of strengthening, f) preparation of construction drawings and specifications for implementation of strengthening schemes, g) other evaluations, analysis and design tasks as delineated in the scope of work document, h) when directed, evaluate damage caused by an earthquake. Existing building types are predominately low to medium rise office buildings and multi-unit staff apartments of reinforced concrete or un-reinforced masonry construction. The successful offeror(s) will be consulting structural engineering firms with extensive experience in the evaluation and strengthening of existing office buildings of reinforced concrete or un-reinforced masonry located in seismic high risk zones. It is anticipated that performance of the future contract will require the following labor hour categories: Principal, Project Manager, Senior Engineer, Jr Engineer, CADD Operator and/or Draftpersons, Clerical. Firms responding to this announcement on or before the closing date will be evaluated and rank ordered using the following evaluation criteria which are listed in descending order of importance (100 points maximum): 1) professional qualifications and relevant experience of staff made available for contract, 30 pts; 2) specialized experience and technical competence of firm, 20 pts; 3) demonstrated past performance w/existing building seismic (last five years) with regards to cost control, construction phasing and continued occupancy, 20 pts; 4) proposed team strength including established relationships with sub-consultants of electrical, mechanical, architectural and cost estimating disciplines, 15 pts; 5) technical response/understanding of this solicitation, 15 pts. Scoring for firm selected for interview will consist of an additional 50 points maximum (based on written question and answer format plus telephone interviews) consisting of verification and additional insight into firm's capabilities. The additional scoring (added to previous to obtain total final) will be based on responses to following general categories of additional inquiry: additional insight/verification into depth of consultants' technical capability, quality of information provided, availability of key personnel and current work load, past performance, 35 pts; other, 15 pts. The successful offeror will be capable of working within the U.S. Government's requirements and the applicable laws, codes and standards at the overseas post locations. Projects shall be designed in metric units. Construction documents shall be submitted with AutoCad R 12 files in DOS format for each submission. The successful offeror shall have or must be capable of obtaining a Secret facility clearance with secret safe holding issued in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DOD 5220.22-M). Personnel proposed under the contract must also have or be able to obtain DISCO personal security clearances commensurate with their required level of access (SECRET). A minimum of one contract may be set aside for small business. The small business size standard for standard industrial code 8711 is $2.5 million or less based on the annual average gross revenue of a firm that has been in business for three or more complete fiscal years. Each contract will be for a two-year period from the date of the contract award with three (3) one-year option periods. The number of delivery orders that will be placed against the contract during the term is undetermined; however the Government guarantees a minimum of $6,000 in services. The total under the contract shall not exceed $2,500,000.00. Consulting Structural A/E Firms which meet the requirements of this solicitation are invited to submit two copies of Standard Form 254, Architectural/Engineer and Related Services questionnaire and two copies of Standard Form 255, Architect/Engineer and Related Services questionnaire for specific projects. All submittal must be received by 4:00 pm local time, 16 December 1996. Postal Mailing address: Dept. of State, Attn: Stacey Clatt erbuck, A/FBO/AP/AD, Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, Virginia 22219. Courier address: Dept. of State, Attn: Stacey Clatterbuck, A/FBO/AP/AD, Room L-600, 1700 North Lynn Street, Arlington, Virginia 22209. (317)

Loren Data Corp. http://www.ld.com (SYN# 0022 19961113\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page