Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1997 PSA#1776

Department 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