|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 12,1998 PSA#2009Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box
30, Jacksonville, Florida 32212-0030 R -- INDEFINITE QUANITY CONTRACT FOR ARCHITECTURAL DESIGN/ENGINEERING
SERVICES FOR THE NAVY PUBLIC WORKS CENTER, JACKSONVILLE, FLORIDA SOL
N68931-98-R-9621 DUE 020998 POC Ms. Gail Aust, Contract Specialist,
(904) 542-5571 extension 263 17. Architectural Services are required
for preparation of plans, specifications, cost estimates, related
studies, and all associated engineering services for projects located
in Florida, Georgia and South Carolina within a 250 mile radius of
Naval Air Station, Jacksonville, Florida. Task Orders on similar past
Indefinite Quantity (IQ) Contracts have been distributed as follows: 5%
of projects have been for studies, 55% of the designs have been for
projects with an Estimated Construction Cost (ECC) of less than
$100,000, 20% of the designs have been for projects with an ECC between
$100,000, and $250,000, and 20% of designs have been for projects with
an ECC of greater than $250,000. The Government will reserve as an
option to negotiate construction inspection services and preparation of
Operating and Maintenance Support Information (OMSI). The firm shall
demonstrate its qualifications and also the qualifications of its
consultants with respect to the evaluation criteria. Most of the Task
Orders, whichwill be performed under this contract, are maintenance and
repair projects. Building types that may be encountered under this
contract are listed in Criterion (1) Specialized Experience The
following criteria will be used for selection: CRITERION (1)
SPECIALIZED EXPERIENCE Firms will be evaluated in terms of past
experience for the following building types: Bachelor Enlisted Quarters
/ Bachelor Officer Quarters Base Housing Community Facilities Office /
Administration Facilities Medical Facilities Industrial Facilities
Warehouse / Storage Facilities Disciplines required by this IQ Contract
include the following: Architecture Civil Engineering Structural
Engineering Mechanical Engineering Electrical Engineering Consultants
required include the following: Asbestos, Lead Paint and Hazardous
Materials Geotechnical Engineering Surveying CRITERION (2)
QUALIFICATIONS Firms will be evaluated in terms of professional
qualifications and technical ability in the repair, renovation,
additions, etc. to building types identified in Criterion (1)
Specialized Experience. Factors that will be considered include the
following: Professional registration of the proposed Project Manager.
Professional registration of the proposed design team members. Provide
experience of the proposed design team relating to the building types
noted in Criterion (1) Specialized Experience. Team members experience
shall be based solely on projects with your firm and not past
employers. Provide an Organizational Chart for this contract. Include
only team members who will be actively participating in this contract.
CRITERION (3) CAPACITY Firms will be evaluated in terms of the
following: The firm's ability to perform multiple projects
concurrently. Demonstrate your firm's capability to provide qualified
back-up staffing to meet unexpected project demands for this IQ
Contract. CRITERIA (4) Past Performance Firms will be evaluated in
terms of the following, with emphasis on projects relating to the
repair, renovation, additions, etc. to the building types addressed in
Criterion (1) Specialized Experience: Provide cost control techniques
employed by your firm. Provide the Final Estimated Cost of
Construction (ECC) for each project listed in your submittal and the
actual bid amount. Provide the number of design related Change Orders
for each project project listed in your submittal and its related cost
Provide a listing of your firm's repeat clients for both Government
and private industry. Provide copies of performance awards and letters
of recommendation received by your firm for the projects listed.
CRITERIA (5) Quality Control Program Firms will be evaluated in terms
of the following: Describe your firm's quality control program.
CRITERIA (6) Geographic Location Firms will be evaluated in terms of
the following: The firm's knowledge of codes and permits for Florida,
Georgia and South Carolina. CRITERIA (7) Volume of Work Firms will be
evaluated in terms of the following: The amount of work that was
previously awarded to the firm by DoD. The objective of this evaluation
is to attempt to achieve an equitable distribution of A&E contracts
among qualified A&E firms including small business firms, small
disadvantaged business firms and firms that have not had prior DoD
contracts. Firms are required to prepare specifications in the
SPECSINTACT format. All drawings shall be submitted in an AutoCAD
compatible format. The duration of contract will be for one (1) year
from the date of an initial contract award or $1,000,000 in fees,
whichever comes first. The Government reserves the option to extend the
contract an additional 12 months or $1,000,000 in fees, whichever comes
first. Subject to necessary changes, the total A&E fee that may be paid
under this contract will not exceed $2,000,000. The work will be
ordered by issuance of task orders at predetermined rates. The
guaranteed minimum is established at $25,000. The type of Contract
shall be Firm Fixed-Price Indefinite Quantity. Estimated start date is
May 1998. Architect-Engineer firms, that meet the requirements
described in this announcement, are invited to submit completed
Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer
Qualifications, to the office shown above. Interested firms are
requested to include telex numbers in Block 3a of the SF 255, and the
Contractor establishment Code (formerly the DUNS number), Commercial
and Government Entity (CAGE) code, if known, and Taxpayer
Identification Number (TIN) in Block 3. In Block 10 of the SF 255,
discuss your firm's qualifications based upon synopsized evaluation
factors. Provide evidence that your firm is permitted to practice in
the Architectural / Engineering profession. Use Block 10 of the SF 255
to provide any additional information. All information must be
included within the SF 255. Information provided in cover letters 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. Label the lower
left-hand corner of the envelope with the solicitation number. Firms
responding by 4:00 p.m. EST, Feburary 9, 1998 will be considered.
Facsimile responses will not be accepted. Firms responding to this
advertisement are required to submit two copies of qualification
statements. This proposed contract is being solicited on an
unrestricted basis. Therefore, replies to this notice are requested
from all business concerns. Before award of the contract, the
Architect-Engineer (if not a Small Business Concern) shall agree in the
contract, to the incorporation of an acceptable small business and
small disadvantaged business subcontracting plan in accordance with FAR
Part 19.7. This plan will state that small business concerns and small
disadvantaged business concerns shall have the maximum practicable
opportunity to participate in this contract consistent with its
efficient performance. The small business size standard classification
is SIC 8711 ($2,500,000). This is not a request for proposal. See Note
24. (0008) Loren Data Corp. http://www.ld.com (SYN# 0067 19980112\R-0011.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|