Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1996 PSA#1731

OICC/ROICC Jacksonville, NAVFACENGCOM Contracts, 1005 Michael Rd., Camp Lejeune, NC 28547-2521

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR VARIOUS PROJECTS AT MARINE CORPS BASE CAMP LEJEUNE, NORTH CAROLINA SOL N62470-97-D-5313/4/5 DUE 010797 POC Jerry T. Williams, (910) 451-5606, FAX (910) 451-5629 Solicitation includes, design and engineering services for preparation of construction documents including plans, specifications, cost estimates, record drawings, and review of shop drawings. Projects could include total renovation of the interior and exterior of existing buildings, including the evaluation, repair and replacement of the structural, mechanical, electrical, and communication systems. Projects may include: Administrative buildings; industrial type facilities, warehouses, maintenance facilities, communications, training/education; personnel support type facilities, schools, recreation facilities, clubs, food services and similar type facilities. Projects could also include minor new construction of buildings of the same type referenced above. The new construction and repair/renovation projects will require the following services; civil site work, extensions to the existing high voltage electrical distribution system, extensions to the existing high pressure steam distribution system, extensions to the potable water distribution system; extensions to the sanitary sewer system, and additional storm water control systems. The contract scope may require evaluation and definition of asbestos materials and lead paint containing materials. The firm must demonstrate qualifications (with respect to the evaluation factors stated herein) to perform design of the projects listed above. Firms must be prepared to accept the aforementioned as a part of their contract responsibility. Three contract awards will be made from this synopsis; N62470-97-D-5313, N62470-97-D-5314, and N62470-97-D-5315. The contract will be of the Firm Fixed Price - Indefinite Quantity type. The duration of the contract will be for one (1) year from the date of the initial contract award. The proposed contract includes one (1) one year Government option for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $500,000. The A-E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance than factors (1) through (6). Specific evaluation factors include: (1) Professional qualifications of firm and staff proposed for the design of total renovation of the interior and exterior of existing buildings, including the evaluation, repair and replacement of the structural, mechanical, electrical, and communication systems. Projects may include: Administrative buildings; industrial type facilities, warehouses, maintenance facilities, communications, training/education; personnel support type facilities, schools, recreation facilities, clubs, food services and similar type facilities. Projects could also include minor new construction of buildings of the same type referenced above. The new construction and repair/renovation projects will require the following services; civil site work, extensions to the existing high voltage electrical distribution system, extensions to the existing high pressure steam distribution system, extensions to the potable water distribution system; extensions to the sanitary sewer system, and additional storm water control systems. The contract scope may require evaluation and definition of asbestos materials and lead paint containing materials. Firms will be evaluated in terms of the design staff's following qualifications: (a) active professional registration in the state in which the design services will be performed; and (b) experience (with present and other firms) and roles of staff members, specifically on the projects listed in section 8 of the SF255. Each project should clearly indicate the personnel involved and those personnel should be listed by each project. (2) Specialized recent experience demonstrating the technical competence of particular staff members to design the projects addressed in evaluation factor number one. Each project listed should indicate key staff members involved. Firms will also be evaluated upon: (a) specific knowledge of the construction materials and practices of Eastern North Carolina; and the Federal and State of North Carolina laws, regulations, codes, and permits applicable to projects of this nature; (b) project experience as listed in section 8 of the SF255 (provide design schedule, estimate vs. bid amount, and design team for each). (3) Capacity of the proposed design team to accomplish the following schedules: Submission of proposal 15 days following RFP. Final design submittal within 120 days of contract award. Project design schedules should be given for the same projects listed above for evaluation factors 1 and 2. (4) Past performance on the same projects listed above with Government agencies and private industry in terms of the following: (a) cost control techniques employed by the firm as demonstrated by the ability to establish an accurate project construction budget and design to this budget as evidenced by the low bid amount; (b) quality of work as demonstrated by the history of design related change orders issued during construction; (c) demonstrated long term business relationships and repeat business with Government and private customers; and (d) demonstrated compliance with performance schedules. Project information for this evaluation factor should be for the same projects listed above for evaluation factors 1 and 2. (5) Specific internal quality control procedures proposed for projects of this nature. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. (6) Knowledge in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Location in the general geographical area of the project. (8) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense architect-engineer firms, including small and small disadvantaged business firms, and firms that have not had Department of Defense contracts. Architect-Engineer (A-E) firms which meet the requirements described in this announcement are invited to submit complete, updated Standard Forms 254, Architect-Engineer and Related Services Questionnaire, and 255, Architect-Engineer Related Services for Specific Project, to the office shown above. Those firms that submit Standard Forms 254 and 255 will only have to submit one copy to be considered for all three contracts. A-E firms utilized by the prime must also submit completed Standard Form 254. All SF 254's should be bound together. Submit one consolidated Standard Form 255 for the project design team that includes sub-consultants. Do not submit one SF 255 for each sub-consultant. We need only one copy of all forms. In block 10 of the SF255, discuss why the design team (firm and sub-consultants) is especially qualified based upon synopsized evaluation factors and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering (i.e. state registration number). Clearly show the office location where work will be done and the experience of those that will do the work and their locations. The closing date for this announcement is January 7, 1997. Firms must submit forms to this office by 4:00 p.m. on the closing date. Late responses will be handled in accordance with FAR 52.215-10. See Note 24. This is not a request for proposal, and there is no solicitation document or package or plans and specifications to be issued as a result of this announcement or a planholders'/bidders' list. 3 (0331)

Loren Data Corp. http://www.ld.com (SYN# 0012 19961127\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page