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