|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20,1997 PSA#1786Northern 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-1402/3 DUE 032497 POC Tina Phillips, Contract
Specialist, 610-595-0643. Engineering and design services for two
indefinite quantity contracts 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. Contract N62472-97-D-1402 will be used
primarily for work in the Mid-Atlantic Area (PA, NY, NJ, and DE).
Contract N62472-97-D-1403 will be used primarily for work in the New
England Area (MA, CT, RI, NH, VT, and ME). However, work from any of
the ten states listed above may be added to either contract at the
discretion of the Government. 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. Phases and/or Pre-priced contract options 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.
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, utilities, and site improvements, 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) Designs
using Autocad, SPECSINTACT, and NAVFAC cost estimating, and g) 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) Location in the
general geographical area of the anticipated projects, b) Knowledge of
local site conditions and applicable regulatory requirements, and c)
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 smal
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. EST on 24 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. This is not a request for proposal. (0045) Loren Data Corp. http://www.ld.com (SYN# 0023 19970220\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|