Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1998 PSA#2009

Commanding Officer, Southern Division,Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010

C -- INDEFINITE QUANTITY A-E SERVICES FOR VARIOUS A-E PROJECTS WITHIN NFEC FIELD OFFICE NEW ORLEANS AOR SOL N62467-98-R-7091 DUE 021098 POC -- Jerry Olson (504) 678-9085 Work will include preparation of plans, specifications, and construction cost estimates for repairs, alterations, and/or new construction associated with architectural, civil, structural, mechanical, and electrical engineering projects within the NFEC Field Office New Orleans are of responsiblity to include Naval Air Station New Orleans, Naval Support Activity New Orleans, Defense Information Systems Agency, Slidell, and other locations within this area of responsibility. Engineering studies, collateral equipment lists, review of contractor submittals, construction field inspection, and as-built preparation may be required. Digital deliverable (include CAD) are required. The existance of asbestos, lead paint, or other hazardous materials affecting construction or required demolition in the area of the project is possible. The A-E may be required to conduct a comprehensive asbestos/lead paint survey and provide a design which will support the removal and disposal of hazardous materials in accordance with applicable laws and regulations. Firms must be able to accept work which involves asbestos, lead paint and hazardous materials. Specific projects have not been identified; however, projects to be awarded under this contract will be similar to such projects as Replacement of Doors and Windows in Building 16, NSA New Orleans and Replace Air Conditioning System, Building 10, NSA New Orleans. The proposed contract will be for a one year period and may provide for a one year extension at the option of the government. Total fee to be paid under this contract will not exceed $1,000,000 including the option year (base period of $500,000 and option year of $500,000). Minimum fee guaranteed for the base period is $10,000. The following criteria, listed in descending order of importance, will be used for selection: 1. PROFESSIONAL QUALIFICATIONS: (a) Technical competence (education, registration, and experience) of individual design team members; (b) Experience in multidiscipline design projects; and (c) Professional registration of each discipline's lead designer. 2. SPECIALIZED EXPERIENCE: Recent experience of individuals assigned to design team in: (a) designing repair, alteration, and new construction projects; (b) projects involving asbestos, lead paint and hazardous material; (c) designing projects to Navy design criteria; (d) using interdisciplinary design reviews; (e) using cost control procedures; and (f) post-construction award services to ensure design and construction quality. 3. PERFORMANCE: Past peformance/ratings of Government agencies and private industry on contracts in terms of: (a) cost control; (b) quality of work; and (c) compliance with performance schedules. 4. CAPACITY: (a) Capacity of firm and proposed team to accomplish multiple projects simultaneously and (b), ability to sustain loss of key personnel while accomplishing work within required time limits. 5. LOCATION: (a) Geographic location of firm (to ensure timely responses to unanticipated requests for on-site support); (b) Knowlege of site conditions; and (c) Knowledge of regulatory requirements (that affect projects). 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of affecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING, OR SUBCONTRACTOR UTILIZATION: Team will be evaluated on the extent to which potential contractors 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 a joint venture, teaming arrangement, or subcontractor. If the successful firm is a Large Business, they will be asked to provide a formal subcontracting plan in accordance with FAR 52.219-9, Small Business and Small Disadvantaged Business Subcontracting Plan, prior to award. In order to assist the committee to more efficiently review all applications, a summary of experience, proposed team staffing and depth of additional staff support is required as part of or in addition to the SF255. Summarize in descending order of significance, at least three of your most relevant projects for the types of projects required under the experience criterion. 1. For each presented project, provide the following information (where available): (a) bid results as compared to your estimate and owner's programmed amount; (b) project team members; (c) owner point of contact (with telephone number); (d) number and dollar value of design error and/or design omission related changes; (e) original design submission schedule, owner approved time extensions, and final execution schedule (in bar chart format). 2. Summarize proposed team (in tabluar form) with the following data: (a) firm name; (b) individual's name; (c) work history with individual and consultant firm; (d) office location (home or branch office); (e) professional degree(s) and date(s); (f) professional registration(s), date(s), and state(s); (g) assigned team responsibility; (h) percent of time committed to this team; (i) synopsis of design experience including firm name(s), years with each firm, and type of design experience with each firm. 3. List number of individuals in each discipline not assigned to proposed team who could be used to augment proposed team in the event of loss of personnel or failure to maintain schedules. 4. A-Es slated for interview will be required to submit their Design Quality Assurance Plan (DQAP) and a portfolio of architectural design work prior to selection interviews. The DQAP must include an explanation of your management approach -- an organizational chart showing inter-relationship of management and design team components and specific quality control processes used. One submittal package -- to include one original SF255 (LIMITED TO 25 PAGES, 8 1/2" X 11", ONE SIDED-NOT LESS THAN 12 PITCH FONT. EVERY PAGE THAT IS NOT A SF254 WILL BE INCLUDED IN THE 25 PAGE COUNT). A SF254 must be received in this office not later than 4:00 PM on 10 February 1998. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF254s already on file will be used. Include telefax numbers in Block 3a and Contractor Establishment Code (formerly the DUNS number), Commerical and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 6. The DUNS, CAGE, and TIN are discussed in DOD FAR Supplement, Part 204, Subpart 204.672. Lable lower right corner of outside mailing envelope with "A-E Services, N62467-98-R-7091". This is not a request for proposal. Site visits will not be arranged during advertisement period. ADDRESS ALL RESPONSES TO: OFFICER IN CHARGE, NFEC FIELD OFFICE NEW ORLEANS, BUILDING 157, NAVAL SUPPORT ACTIVITY, NEW ORLEANS, LA 70142-5007 (ATTN: MR. JERRY OLSON). (0007)

Loren Data Corp. http://www.ld.com (SYN# 0016 19980112\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page