|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1997 PSA#1776Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn
Station, Arlington, VA 22219-0244 C -- CONSTRUCTION REPRESENTATIVE SERVICES SOL S-OPRAQ-97-R-0030 DUE
021297 POC Tai Li Hoffman, Contract Specialist, (703) 875-5202; Fax No.
(703) This is a combined synopsis/solicitation for commercial services
prepared in accordance with the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. This notice
incorporates provisions and clauses for the acquisition of commercial
items which are effective through FAC 90-41 (August 8, 1996). This is
solicited on a total small business set-aside basis, SIC is 8711 with
business size standard of maximum 2.5 million dollars of average annual
receipts for its preceding 3 fiscal years. The requirement is for the
supply of construction project management representative services that
can provide professional architectural, project management,
engineering, construction and relocation components of the renovation
projects of Government owned or leased buildings. Contractor services
will be performed on Government sites and as directed by the
Contracting Officer Representative (COR) with below listed
responsibilities: Inspect the construction sites(s) daily for
conformance with DOS program of requirements in areas of space,
function, budget, schedule, quality, technical adequacy regulations and
construction industry standards; Report inspection findings on project
status, non-compliance, problems and special concerns to COR and
during weekly/monthly progress meetings; Provide on-site point of
contact for all emergency site problems, coordinate and recommend
resolutions and responds to routine and urgent requests; Coordinate DOS
program concerns and DOS contract work with GSA managed major
renovation projects; Conduct technical design review and conduct
constructability study and review of all design submissions; Transmit
and coordinate reviews of other DOS offices on all design submittals
and DOS critical shop drawing submittal; Prepare and submit 5
management progress reports; Coordinate changes by recommending,
preparing, and reviewing change order scopes of work, change order
document, cost estimates and proposals; Prepare and review
clarification documents; Provide final construction quality inspection
with defects and omissions list for each phase, monitor corrections
and follow-up to assure acceptability of work and final acceptance;
Coordinate the start-up and commissioning of mechanical/electrical/fire
protection systems with contractors' and DOS building management
personnel; Provide technical reviews and coordinate DOS offices for the
development, review, quality and delivery of design submittals,
as-built drawings, technical and operating manuals and written
procedures required by the design and construction contracts; Review
and provide comments/recommendations of the design/contract documents
for furniture, furnishings and equipment; Provide and review budget and
final cost estimates on design, construction, furniture, furnishings,
equipment, telecommunications and relocations; Develop relocation plan
and review schedules for the delivery and installation of
telecommunications equipment, security equipment, furniture, office
equipment, phased move-in, initial facility management and operation of
the facility; Provide schedules, special reports, meeting minutes,
analyses, cost estimates, surveys, reviews, investigations, sketches,
inspection reports, recommendations, correspondence and other related
tasks using Government furnished computer hardware/software to convey
information and support efforts to the COR; Oversee the actual
relocation, delivery and installation of furniture and equipment to
move tenants on schedule and within budget; Submit construction
management support weekly activity reports for review and use in
authorizing payment of services. Contractor personnel shall be provided
government furnished office space and equipment to carry out described
services. BASE YEAR CLIN 0001 2,000 hours estimated, CLIN 0002 250
hours for off duty hours, 1ST OPTION YEAR -- CLIN 1001 2,000 hours
estimated, CLIN 1002 250 hours for off duty hours, 2ND OPTION YEAR --
CLIN 2001 2,000 hours estimated, CLIN 2002 250 hours for off duty
hours, 3RD OPTION YEAR -- CLIN 3001 2,000 hours estimated, CLIN 3002
250 hours for off duty hours, 4TH OPTION YEAR -- CLIN 4001 2,000 hours
estimated, CLIN 4002 250 hours for off duty hours. Performance Start
Date: March 17, 1997. Place of Performance: Columbia Plaza Office
Building 2401 E St., Washington, D.C. 20037. Contract Type: Firm Fixed
Price, Indefinite Delivery, Indefinite Quantity Contract. Price
evaluation on option years will be performed prior to contract award.
However, the Government is not obligated to exercise any or all
options. Provision FAR 52.212-1 -- Instructions to Offerors --
Commercial Items (Oct 1995) is applicable to this acquisition and
technical proposal (see below) shall be submitted. Technical proposal
shall demonstrate the offeror's professional capability and ability to
fulfill the minimum requirement of the Government. Information is
required in detail on the corporate level and on the key personnel
proposed to be assigned to this project. The complete and updated
SF-254 and SF-255 shall accompany technical proposal. FAR 52-212-2 --
Evaluation (Oct 1995) is applicable to this acquisition with the
following criteria: Subjective standards used for technical evaluation:
Exceptional: Exceeds specified performance/capability, has high
potential of success; no significant weaknesses. Acceptable: Satisfied
evaluation factors, good probability of success; weaknesses can be
readily corrected. Marginal: fails to satisfy evaluation factors; low
probability of success; significant deficiencies; unacceptable: fails
to minimally satisfy evaluation factors, significant deficiencies, not
correctable without major revision to the proposal. (factor a) Key
Personnel Qualifications with (1) professional qualifications (resume,
education, registration, engineering discipline) (2) a written
statement by the individual proposed for this project to demonstrate
his/her understanding of the requirement and his/her plan and approach
in problem solving and quality control. (factor b) Key personnel
Professional Background and Past Experience/Performance with Appraisals
(past experience/performance on contracts which minimally equal to this
scope of work with respect to quality and compliance with performance
schedule, specially in the areas of project management). (factor c)
Offeror's professional background and specialized experience, qualified
past performance, business management capabilities. Selection Criteria:
Factors a and b are of equal importance, Factor c is less important
than Factor a or b. Interviews for the purpose of discussing
prospective Offeror's qualifications may be conducted only with those
firms considered highly qualified after review by the selection board.
The successful offeror must possess or be able to obtain a secret
facility security clearance in accordance with the terms of the
Department of Defense Industrial Security Manual (DOD 5220.22-M) prior
to contract performance. All personnel must possess DISCO secret
personnel security clearance(s) prior to the beginning of contract
performance. If an uncleared firm is selected, it will be sponsored for
a facility clearance by the the State Department. Sponsorship does not
guarantee that a firm will receive the clearance. Interested parties
shall submit technical proposals together with the completed FAR
52.212-3, Offeror Representations and Certifications -- Commercial
Items ( June 1996). Responses shall include a statement that FAR 212-4,
Contract Terms and Conditions -- Commercial Items (Aug 1996) and FAR
212-5, Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (Aug 1996) are applicable to this
acquisition. See Note 24. Responsesto this RFP must be received by the
Contracting Office no later than 3:30 p.m. (Daylight Savings Time)
February 12, 1997. Responses shall be delivered to T. Hoffman,
Department of State, Office of Acquisition, Room 528, 1701 N. Ft. Myer
Drive, Arlington, VA 22209. If mailed, postmark must show mailing date
not later than 5 calendar days prior to closing date. Mailing Address:
T. Hoffman, Department of State, Office of Acquisition, P.O. Box 9115,
Rosslyn Station, Arlington, VA 22219. ***** (0034) Loren Data Corp. http://www.ld.com (SYN# 0015 19970205\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|