|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1997 PSA#1860Officer in Charge, Facilities Support Contract, U.S. Naval Station,
Roosevelt Roads, PSC 1008, FPO AA 34051-3021 C -- INDEFINITE QUANTITY CONTRACT FOR A-E CIVIL AND STRUCTURAL REPAIR,
MINOR CONSTRUCTION DESIGN AND ENGINEERING SERVICES FOR PROJECTS AT U.S.
NAVAL STATION, ROOSEVELT ROADS, PR SOL N62470-97-B-6634 POC Mr. Mario
Aponte, Contracting Officer, (787) 865-3104 or Ms. Delia Owens,
Contract Specialist, (787) 865-3092. Architect-Engineer or Engineering
Services are required for preparation of plans, specifications, cost
estimates, related studies, evaluation of systems and all associated
engineering services for several projects. The Government will reserve
the option to negotiate construction inspection services and the
preparation of Operating and Maintenance Support Information (OMSI).
There is likely to be a variety of civil and structural 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. Firms must be able to
perform drafting of above design work in a computer system compatible
or covertible to AUTOCAD Release 12, be subscribed to the National
Institute of Building Sciences Construction Criteria Base (NIBSCCB),
and provide the specifications in the SPECSINTACT system format. The
A&E firm must be able to provide designs in metric system on those
projects selected by the Government. 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
consultants' qualifications with respect to the published evaluation
factors to perform design of minor new facilities, minor additions and
repairs or replacement of roofs, floors, footings and walls in
administrative spaces, hangars, schools, housing facilities, hospitals,
warehouses, fuel tanks, industrial facilities, waterfronts, airfield
facilities, piers, roads, parkings, drainage systems and water lines;
conduct traffic engineering studies, surveying and topographic field
work and provide related reports and structural load evaluations. Firms
responding to this announcement will be evaluated on the above
requirements based on the following criteria in relative order of
importance: (1) Specialized Experience -- Firms will be evaluated in
the following terms: (a) Past experience with regard to the design of
civil and structural projects for additions, and repairs to existing
facilities and construction of new facilities, and (b) Design
experience of similar work in accordance with the Puerto Rico area
local codes,. (2) Professional Qualifications and technical competence
in the type of work required -- Firms will be evaluated in the terms
of design staff's: (a) active professional registration in the state in
which the design services will be performed; and (b) experience with
present and other firms specifically on civil and structural projects;
(3) Ability to perform the work (up to ten taskings per year) on
schedule -- Firms will be evaluated in terms of impact of this workload
on the design staff's projected workload during the contract period;
(4) Past Performance -- Firms will be evaluated in terms of one or more
of the following (with emphasis on projects addressed in factor number
one): (a) the process for cost control and the key person responsible;
and (b) performance ratings/letters of recommendations 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 --
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 -- (provided that
application of this criterion leaves 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; (8) Volume of work -- Firms will be evaluated in
terms of work previously awarded to the firm by the 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 firms and firms thathave not had prior DOD contracts; (9)
Small Business and Small Disadvantaged Business Subcontracting Plan --
Firms will be evaluated on the extent to which offerors identify and
commit to small business and to small disadvantaged business,
historically black college and university, or minority institution in
performance of the contract, whether as joint venture, teaming
arrangement, or subcontractor. The design contract scope may require
evaluation and definition of asbestos material, PCB testing, lead
testing, and toxic waste disposition. 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 contract will be for one (1) year from
the date of an initial contract award. The proposed contract includes
a one year Government Option for the same basic professional skills,
contract terms and conditions. The total A&E fee that may be paid under
this contract will not exceed $400,000.00. No other general
notification to firms for other similar projects performed under this
contract will be made. Type of contract: Firm Fixed Price. Estimated
start date is July 1997. Architect-Engineer firms which meet the
requirements described in this announcement must submit completed
Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer
Qualifications, to the office shown above. In block 10 of the SF 255,
discuss why the firm is especially qualified based upon synopsized
evaluation factors and provide evidence that your firm is permitted by
law to practice the professions 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
discussion 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 the scope 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 the 30th day after the date of appearance of this
announcement in the CBD. Late responses will be handled in accordance
with FAR 52.215-10. Neither hand carried proposals nor facsimile
responses will be accepted. For special mailing, please use the
following address: Officer in Charge, Facilities Support Contracts,
Public Works Department, Building 31, U.S. Naval Station, Roosevelt
Roads, Ceiba, Puerto Rico 00735. Should the due date fall on a weekend
or holiday, the 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 proposals. Inquiries concerning this contract should
mention location and contract number~. (0154) Loren Data Corp. http://www.ld.com (SYN# 0015 19970605\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|