Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16,1997 PSA#1763

Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE, Poulsbo, WA 98370-75

C -- INDEFINITE QUANTITY CONTRACT N44255-97-D-5707 FOR ARCHITECT/ENGINEER SERVICES FOR MECHANICAL/ELECTRICAL PROJECTS AT VARIOUS PACIFIC NORTHWEST NAVAL ACTIVITIES SOL N44255-97-D-5707 POC Ms. Val Vitacolonna, Contract Specialist, (360)396-0267, Catherine J. Collins, Contracting Officer, (360)396-0267. DESCRIPTION: Firm fixed-price Architect-Engineer services are required for the design and preparation of plans and specifications for the purpose of bidding and construction of a variety of Mechanical/Electrical projects at various Naval activities in the Pacific Northwest including Washington, Oregon, Idaho, Montana and Alaska. Typical projects to be designed include ventilation, heating, exhaust, lighting, fire protection systems, plumbing, boilers, arctic design, and asbestos abatement. The work may also include inspection of fuel tanks, field investigation, technical feasibility assessment, design analysis, cost estimating, and construction support consultation. During the performance of this contract, asbestos, hazardous materials/waste or pollution abatement may be encountered. Preparation of INTERGRAPH Microstation and AUTOCAD compatible computer drawing data on electronic storage media may be required. Preparation of computer automated specifications (SPECSINTACT) is required. SELECTION CRITERIA: Prioritized selection criteria in descending order of importance are: (1) Professional qualifications of the staff to be assigned to this project (including subconsultants) and their respective vocational background in the design of the types of facilities discussed in the DESCRIPTION above. List only the team members who will actually perform major tasks under these projects. Qualifications should reflect the individual's potential contributions to the projects. In Block 4 of the SF-255 (Personnel Discipline) show the entire proposed team by listing personnel employed by the prime in the blanks provided and personnel from consultants to the left in parentheses. In Block 7 of the SF-255, indicate branch office location of each team member, including key consultant personnel. (2) Recent specialized experience and techncial competence of the firm (including consultants) in the design of types of facilities discussed in the DESCRIPTION above. Capability to provide A/E services in Standard International (SI) metric units from planning stages through design and construction. Capability to provide computer drawing data on magnetic media that is compatible with INTERGRAPH Microstation. Do not list more than 10 projects in Block 8 of the SF 255. Projects listed shall have been completed within the last five years. Indicate which consultants from the proposed team, if any, participated in the design of each project. (3) Design Quality Control Program. Provide information describing the quality control program and key procedures including coordination of subconsultant's quality control program for previous projects similar to those discussed in the DESCRIPTION above. (4) Past performance on contracts of a similar nature, as discussed in the DESCRIPTION above, with government agencies and private industry in terms of quality of work, cost control and compliance with performance schedules. Show representative examples of bid prices compared to A/E estimates on recent projects from the planning stage to bid. Show cost control measures taken and office procedures used to ensure design is within cost limitations. List the results of 3 to 5 projects. List recent awards, commendations and other performance evaluations. (5) Capacity. Demonstrate the ability to complete several complex multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the firm's permanent staff, projected workload during the contract period, the firm's history of successfully completing work in compliance with performance schedules, and providing timely submittals). Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract period. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facilities design. ***Note: Criteria numbers (7) through (10) shall be used as secondary evaluation factors should the application of criteria numbers (1) through (6) result in firms being rated as equal. (7) Demonstrate knowledge of the locality of the areas included in this contract. (8) Location of the firm in the general geographic area, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (9) Use of small/small disadvantaged or women-owned business firms as primary consultants or as subconsultants. (10) Volume of work previously awarded by the DoD to the firm. This information shall be recorded in Block 9 of the SF-255 by listing the total amount of prime DoD fees awarded for the previous 12 months. GENERAL INFORMATION: The proposed procurement will result in the award of one fixed price indefinite quantity contract. The contract provides for one base year not to exceed $600,000.00 and one option year not to exceed $600,000.00 which may be unilaterally exercised by the Government. The contract minimum guarantee for the base year shall be either $25,000.00, or the value established by award of a seed project. The minimum guarantee for the option year shall be $15,000.00, or the value established by award of a seed project, if exercised. The minimum and maximum values of individual contract task orders executed under this contract is $2,500.00 and $250,000.00, respectively. The estimated start date is June 1997 with an option available to the Government to extend the contract for one additional year until June 1999. A small business/small disadvantaged business subcontracting plan may be required in accordance with FAR 19.702. The Standard Industry Code (SIC) for this procurement is 8711. The small business size standard is $2.5 million annual average gross revenue for the last three fiscal years. Qualified firms desiring consideration shall submit one copy of an SF-254, an SF-255 including organization chart of key personnel to be assigned to this contract and each subconsultant's current SF-254 to Ms. Val Vitacolonna, Engineering Field Activity, Northwest, Code R021VV, 19917 7th Avenue NE, Poulsbo, WA 98370 not later than Close of Business (4:00 p.m. local time) 30 days (first work day following a weekend or holiday) after publication in the Commerce Business Daily. Failure to submit the aforementioned items and the amount of DoD fees awarded to the firm will reflect negatively on the firm's submittal during the evaluation process. In Block 10 of the SF-255 discuss why the firm is especially qualified based on the selection criteria above. For firms applying with multiple offices, indicate the office which completed each of the projects listed in Block 8, and list which office is under contract for any contracts listed in Block 9 of the SF-255. Use Block 10 of the SF-255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Firms which design or prepare specifications for a construction contractor procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Telegraphic and facsimile SF-255's will not be accepted. Site visits will not be arranged during the submittal period. Debriefing requests will not be entertained prior to 45 days after the SF-254/255 submittal due date. This project is open to all business concerns. No additional technical information is available at this time. This is not a request for proposals. **** (0014)

Loren Data Corp. http://www.ld.com (SYN# 0021 19970116\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page