|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 5,1998 PSA#2045Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box
30, Jacksonville, Florida 32212-0030 C -- CIVIL/STRUCTURAL ENGINEERING SERVICES SOL N68931-98-R-0061 DUE
040798 POC Combined Acquisition Office, (904) 542-5571, extension 112,
Fax (904) 542-3949 17. Civil/Structural Engineering 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. Most projects designed
under this contract will be for projects within an Estimated
Construction Cost (ECC) under $100,000. The Government will reserve as
an option to negotiate construction inspection services and
preparation of Operating and Maintenance Support Information (OMSI).
The types of projects that may be performed under this contract are
identified below. The firm shall demonstrate its qualifications and
also the qualifications of its consultants with respect to the
published evaluation criteria. The work for this contract shall include
the preparation of plans, specifications, cost estimates and/or studies
and reports. Most of the work, which will be performed under this
contract, is mainly maintenance and repair projects. Projects, which
may be considered for this contract, are listed in Criterion Number 1
Note: During the course of this contract, the various Task Orders
issued may require collateral work. This work may require design
consultants. In order to facilitate award of these Task Orders, provide
a list consultants in the following disciplines and indicate whether
your Firm has worked with them in the past: Surveying Geo-technical
Engineering Asbestos, Lead Paint and Hazardous Materials Environmental
Engineering Architecture Landscape Architecture Mechanical Engineering
Electrical Engineering Fire Protection The following criteria will be
used for selection: CRITERION (1) SPECIALIZED EXPERIENCE: Firms will be
evaluated in terms of past experience for the following: Design and
Permitting of Water & Sewage Treatment Plants Design and Permitting of
Storm Water Management Systems Design of Roads and Bridges Design of
Aircraft Runways and Taxiways Analysis and Design of Structural Systems
CRITERION (2) QUALIFICATIONS: Firms will be evaluated in terms of
professional qualifications and technical competence in the type of
work required by Criterion 1. Factors that will be considered include
the following: A) Professional registration of the proposed Project
Manager. B) Professional registration of the proposed design team
members. C) Experience of the proposed design team for the work listed
in Criterion Number 1. Individual experience listed shall be only with
the firm submitting for this contract. D) 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 A) The firm's ability to perform
multiple projects concurrently. B) Provide current and projected
workload for the duration of this contract. Demonstrate your firm's
capability to provide qualified back-up staffing to meet unexpected
project demands. CRITERIA (4) Past Performance: Firms will be evaluated
in terms of the following, with emphasis on projects addressed in
Criterion Number One: A) Provide cost control techniques employed by
your firm. Provide the final Estimated Cost of Construction (ECC) for
each project listed and the actual bid amount. B) Provide the number of
design related Change Orders for each project listed and it's related
cost. C) Provide a listing of your firm's repeat clients in both
Government and private industry. D) Provide copies of performance
awards and letters of recommendation received by your firm for the
projects listed. CRITERIA (5) Quality Control Program: Describe your
firm's quality control program. CRITERIA (6) Geographic Location: Note
your 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 work previously awarded by DoD with the objective of effecting
an equitable distribution of A&E contracts among qualified A&E firms
including small and 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 September 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), 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 Civil and Structural 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, April
7, 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. (0062) Loren Data Corp. http://www.ld.com (SYN# 0016 19980305\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|