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