|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1997 PSA#1783Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail Stop #82,
Lester, PA 19113-2090 C -- ENGINEERING AND DESIGN SERVICES FOR VARIOUS MULTI-DISCIPLINE
PROJECTS IN THE STATES OF DE, PA, NY, NJ, MA, CT, RI, NH, ME, AND VT
SOL N62472-97-D-1401 DUE 032097 POC Tina Phillips, Contract Specialist,
610-595-0626. This contract shall be for engineering and design
services for an indefinite quantity contract for the preparation of
architectural and engineering studies, plans, specifications, and cost
estimates for various multi-discipline projects in the states of PA,
NY, NJ, MA, CT, RI, NH, VT, ME, AND DE. Work is for all types of new
and existing facilities and deliverables in either AUTOCAD Release 13
or higher or Microstation Version 95 or higher depending on the
location of the specific projects, specifications using SPECINTACT SGML
program, and cost estimates using the "Success" estimating program in
a Work Breakdown Structures (WBS) system format. The following services
may also be required: study-design packages, design-build packages,
collateral equipment lists, project preliminary hazard analysis,
obtaining permits and regulatory approvals, comprehensive interior
design, review of the contractor's submittal, field consultation and
inspection during construction, Title II Inspection, Operation and
Maintenance Support Information (OMSI), and as-built drawing
preparation. The initial projects will be determined at a later date.
Projects assigned to this contract may include work in the following
specialities: Civil, Structural, Mechanical, Electrical, and
Architectural. Contract options and/or phases may be included and will
be exercised at the discretion of the government for 0 -- 35%, 35 --
100% design, and post construction contract award services. Contract
award is contingent on availability of funds. Pre-priced options may be
exercised at the discretion of the government for 0 -- 35%, 35 -- 100%
design, and post construction contract award services. Options are
normally exercised within several months of completing prior work,
however, delays of up to one year are possible. Some projects will
require design in the metric system. As part of this contract, an
asbestos and/or lead-based paint assessment may be required to
determine the presence of hazardous material during removals/demolition
or at utility points of connections. Firms must be able to accept work
which involves asbestos, lead paint, PCBs, and other hazardous
materials. Significant Evaluation Factors (in order of importance): 1.
SPECIALIZED EXPERIENCE: Recent experience of the design team members
individually and collectively as a total team (A/E, client, outside
agencies) in a) Performing facility planning studies; b) Designing and
providing construction documents for various facilities (such as
bachelor quarters, research and development laboratories,
administrative facilities, training facilities, community facilities,
etc...), utilities, and site improvements including military aircraft
maintenance hangars; c) Designing projects to Navy, Air Force or other
DOD agencies criteria; d) On-site functional analysis and on-site
schematics, space programming and budgetary cost engineering; e)
Specialized experience for at least five DDC (direct digital control)
projects greater than 10,000 SF conditioned space constructed within
the past five years (provide references); f) Participation in HVAC
Commissioning on at least two projects greater than $1 million
construction cost (total) within the past five years (provide
references); g) Designs using Autocad, SPECSINTACT, and NAVFAC cost
estimating; and h) Evidence of experience of both the firm and key
personnel in comprehensive interior design and knowledge of the federal
acquisition process. 2. PROFESSIONAL QUALIFICATIONS: Technical
competence by discipline (education, registration and experience) of
individual design team members. The team shall include, in addition to
the more traditional disciplines, an engineer registered in the
discipline of fire protection engineering with 5 years of full time
experience as an integrated member of the design team, a registered
communciations distribution designer (this is a new professional
registration), an engineer or architect with a minimum of 10 years
roofing and waterproofing design experience, a registered landscape
architect, and an interior designer registered by the National Council
of Interior Design Qualifications (NCIDQ). 3. CAPACITY. a) Capacity of
the firm and project teams to accomplish multiple, large and small
projects simultaneously; and b) ability to sustain the loss of key
personnel while accomplishing work within required time limits. 4. PAST
PERFORMANCE. Past performance ratings by government agencies and
private industry with respect to work quality, performance, compliance
with schedules and cost control. 5. LOCATION. a) Knowledge of local
site conditions and applicable regulatory requirements; and b) ability
of the firm to ensure timely response to requests for on site support.
6. SUSTAINABLE DESIGN: Demonstrate success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility designs. 7. SUBCONTRACTOR UTILIZATION. Use of small
business, small disadvantaged business or women owned business firms,
as primary consultants or subconsultants. 8. VOLUME: Volume of work
previously awarded to the firm by the Department of Defense within the
past twelve months. Estimated Construction Cost: N/A. Type of
Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order.
Estimated Start Date: May 1997. There will be no dollar limit per
project. The total fee that may be paid under this contract (including
the option years) will not exceed $5,000,000 for the entire contract
term. The duration of this contract will be for one year from the date
of an initial contract award with an option for four additional
one-year periods. The minimum guarantee for each option year will be
$50,000. The options may be exercised within the time-frame specified
in the resultant contract at the sole discretion of the Government
subject to workload and/or satisfaction of A/E performance under the
subject contract. Since this contract may result in an award valued in
excess of $500,000, a small business subcontracting plan will be
required if the selected firm is a large business concern. The small
disadvantaged business set-aside goals and the women-owned small
business goals in the plan shall not be less than 5% each of the
subcontracted work. The SIC code is 8711 and the small business size
standard classification is $2,500,000. THE PROPOSED CONTRACT IS BEING
SOLICITED ON AN UNRESTRICTED BASIS, THEREFORE REPLIES TO THIS NOTICE
ARE REQUESTED FROM ALL BUSINESS CONCERNS. A/E firms which meet the
requirements described in this announcement are invited to submit
completed Standard Forms 254 and 255 to the office shown above. Block
10 of the Standard Form 255 will summarize how the firm meets the
stated evaluation criteria for this contract. A matrix format must be
included documenting proposed team members specialized experience
relevant to the subject contract as follows: IN LEFT HAND COLUMN SHOW:
Relevant projects (use number of project assigned in Block 8 of
Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team member
(include consultants) on relevant project i.e., Project Manager,
Project Engineer, Architect, etc... Firms must also indicate their past
performance with respect to quality of work, cost control, and
compliance with performance schedules. Include performance evaluations
and/or letters of commendation (as attachments) for office making this
submission, date design completion scheduled, date design completed,
and final cost estimated compared to the contract award amount. Firms
must also indicate if they are a subsidiary, and if so, must state if
they are normally subject to management decision, bookkeeping, and
policies of their holding or parent company. Also indicate if firm is
an incorporating subsidiary that operates under a firm name different
from the parent company. SELECTION INTERVIEW REQUIREMENTS: At the
selection interview, the A/E firms slated for interviews must submit
their Design Quality Assurance Plan (DQAP), specific quality control
process, a listing of present business commitments with their required
completion schedules; financial and credit references (include name
and telephone numbers of officers at their financial institutions; and
performance references. Firms responding to this announcement by 4:00
p.m. on 20 March 1996 will be considered. Late responses will be
handled in accordance with FAR 52.215-10. NEITHER HAND-CARRIED
PROPOSALS NOR FACSIMILE RESPONSES WILL BE ACCEPTED. Respondents may
supplement this proposal with graphic material and photographs which
best demonstrate capabilities of the team proposed by the project. No
material will be returned. Firms responding to this advertisement are
requested to submit only one copy of qualification statements. This is
not a request for proposal. (0043) Loren Data Corp. http://www.ld.com (SYN# 0026 19970214\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|