Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 28,1997 PSA#1770

ROICC Puerto Rico, NAVFACENGCOM Contracts, PSC 1008, Box 3976, FPO AA 34051-3976 (Attn: Code 02)

C -- INDEFINITE QUANTITY CONTRACT FOR A-E SERVICES FOR GENERAL CONSTRUCTION AND REPAIR DESIGN AND ENGINEERING SERVICES FOR PROJECTS AT AREAS OF RESPONSIBILITY IN PUERTO RICO AND THE CARIBBEAN SOL N62470-97-R-8209 POC Hector J. Rios, Contract Specialist, (787) 865-2050. Architect-Engineer Services are required for preparation of plans, specifications, cost estimates, related studies and all associated engineering services for several projects. The Government will reserve an option to negotiate construction support services and the preparation of Operating and Maintenance Support Information (OMSI). There is likely to be a variety of architectural, civil, mechanical, and electrical design projects issued under this contract as delivery orders (D.O.). The A-E must be able to demonstrate his qualifications with respect to the published evaluation factors, to perform design of new facilities, and alterations or repairs of existing facilities. Firm must be able to perform drafting of above design work in a computer system compatible or convertible to AUTOCAD System, Release 12, and be subscribed to the National Institute of Building Sciences Construction Criteria Base (NIBSCCB) and provide the specifications in the SPECSINTACT system format. A-E firms responding to this announcement must show a range of experience consistent with evaluation factors provided below. The A-E must demonstrate his and each consultant's qualifications with respect to the published evaluation factors for design and all option services. A-E firms will be evaluated on the above requirements based on the following criteria which are numbered in their relative order of importance: (1) Specialized Experience: Firms will be evaluated in the following terms: (a) recent experience with regard to multidisciplinary design of alteration, repair projects and new facilities; and (b) design experience of similar work in accordance to the Puerto Rico Area local codes; (2) Professional qualifications and technical competence with respect to the type of work required: Firms will be evaluated in terms of the design staff (in-house and/or consultant(s)): (a) experience and roles of key design personnel, specifically on related projects addressed in criteria element one; (b) design staff's active professional registration in the state in which the design services will be performed; (c) experience with present and other firms; and (d) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; (3) Ability to perform the work within the firm's permanent staff, projected workload during the anticipated design period, the firm's history of successfully completing projects in compliance with performance schedules in general and providing timely construction support. If consultants are involved, address history of working relationships; (4) Past Performance: Firms will be evaluated in terms of the following (with emphasis on projects addressed in factor number one): (a) Past performance on contracts with Government agencies or private industry in terms of type of work; quality of work; compliance with performance schedules; (b) the process for cost control and the key person responsible; and (c) demonstrated long-term business relationships and repeat business with Government or private customers, performance ratings/awards and letters of recommendation received; (5) Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. Knowledge of bid climate and related impact factors. List key personnel responsible; (6) Demonstrated success on prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Firm location and knowledge of the locality of the contract (provided that applications of this criterion leave an appropriate number of qualified firms, given the nature and size of the contract). Firms will be evaluated on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits, appropriate selection of construction materials, methods, and practices of the area; (8) Volume of work previously awarded to the firm by the Department of Defense (DOD) with the objective of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms, including small and small disadvantaged business firm and firms that have not had prior DOD contracts. The type of design and engineering services projects expected to be performed include evaluation and definition of asbestos materials and toxic waste disposition, plans, specifications, cost estimates, studies and reports. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. The duration of the contract will be for one (1) year from the date of initial contract award. The proposed contract includes a one year Government option for the same basic professional skills, contract terms andconditions. A maximum of $225,000.00 in D.O. fees is possible during each 12-month period, not to exceed $450,000.00 in two years. However, no single D.O. will exceed $75,000.00 in total fee. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract. Firm Fixed Price Indefinite Quantity. Estimated start date is April 1997. Architect-Engineering firms which meet the requirements described in this announcement must submit completed Standard Form (SF) 254, Architect-Engineer and Related Services Questionnaire and Standard Form (SF) 255, Architect-Engineer and Related Services Questionnaire for Specific Project. In Block 10 of the SF 255, discuss why the firm is specially qualified based upon synopsized evaluation factors and provide evidence that your firm is permitted by law to practice the profession of architecture or engineering, i.e., state registration number. Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussions on plain bond paper. All information must be included within the SF 255. Cover letter and other attachments will not be considered in the evaluation process. Provide a synopsis of work, point of contact and telephone number for each project listed in SF 255, Block 8. One copy of the SF 254 and 255 is to be received in this office no later than 2:00 p.m., 30 calendar days after the date of appearance of this announcement in the CBD. Late responses will be handled in accordance with FAR 52.215-10. Facsimile responses will not be accepted. Should the due date fall on a weekend or Federal holiday, SFs will be due the first working day thereafter. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all qualified A-E business concerns. This is not a request for proposal. Inquiries concerning this contract should mention location and contract number. (0024)

Loren Data Corp. http://www.ld.com (SYN# 0022 19970128\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page