|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,1998 PSA#2078Department Of The Navy, Naval Facilities Engineering Command,
Commander, Atlantic Division, Contracts Office, Code 02231, 1510
Gilbert Street, Norfolk, Virginia 23511-2699 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL AND ENGINEERING
SERVICES FOR PROJECTS AT THE MUNIZ AIR NATIONAL GUARD BASE, PUERTO RICO
SOL N62470-98-R-3205 DUE 052298 POC Bayla L. Mack, 757-322-8271 --
Jerome P. Condra, Contract Specialist, 757-322-8259 E-MAIL:
Architect-Engineer, mackbl@efdlant.navfac.navy.mil. Architect-Engineer
or Engineering Services are required for preparation of plans,
specifications, cost estimates, related studies, all associated
engineering services, shop drawing review, as-built drawing
preparation, Quality Assurance Plan (QAP) preparation (provides
construction contract inspection requirements), Operation and
Maintenance Support Information (OMSI), construction inspection and
engineering consultation services during construction for several
projects. The Government will reserve an option to negotiate final
plans, specifications, cost estimates, related studies, all associated
engineering services, and all post construction award services. The
type of architectural design projects expected to be performed under
this contract are identified below. The A&E must be able to demonstrate
its (and consultants) qualifications (with respect to the published
evaluation factors) to perform the following work in administrative,
dining and training facilities, and hangars: (a) General building
renovation work, i.e., repair/replacement of roofs, windows, doors,
ceilings, floors, restrooms, and exterior and interior building
finishes; and (b) Building additions and new construction. The initial
projects envisioned for this contract are Project TUMR 989003, Replace
Fuel Cell/Corrosion Control Hangar; Project TUMR 989005, Upgrade
Maintenance Hangar; and Project TUMR000689, Replace Dining Hall/Medical
Training. Project TUMR 989003, Replace Fuel Cell/Corrosion Control
Hangar, is a new approximate 25,000 square foot building with a current
budget of $5,100,000. Project TUMR 989005, Upgrade Maintenance Hangar,
is a renovation of an approximate 30,000 square foot hangar bay with
a current budget of $2,850,000. The A&E must demonstrate his and each
key consultant's qualifications with respect to the published
evaluation factors for all services. Evaluation factors (1) through (6)
are of equal importance; factors (7), (8) and (9) are of lesser
importance and will be used as "tie-breakers" among technically equal
firms. Specific evaluation factors include: (1) Specialized Experience
-- Firms will be evaluated in terms of: (a) their past experience with
regard to the design of the type of work listed above; (b) their past
experience with design utilizing Air National Guard design criteria;
and (c) knowledge of local codes, laws, permits and construction
materials and practices in Puerto Rico; (2) Professional qualifications
and technical competence in the type of work required: Firms will be
evaluated in terms of the design staff's: (a) active professional
registration and ability to provide registration compliance with Puerto
Rican environmental law either within the firm or via consultant; (b)
experience (with present and other firms) and roles of staff members
specifically on projects addressed in evaluation factor number one; (c)
capability to provide qualified backup staffing for key personnel to
ensure continuity of services and ability to surge to meet unexpected
project demands; and (d) organization and office management as
evidenced by management approach (management plan for this project),
and personnel roles in organization; (3) Capacity to complete up to
three taskings each year (show current and projected workload with a
plan and schedule on how you propose to accomplish the work) -- 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 in prescribing
the use of recovered materials and achieving waste reduction and energy
efficiency in facility design; (7) Firm location and knowledge of the
locality of the contract (provided that application of this criterion
leaves an appropriate number of qualified firms, given the nature and
size of the contract); (8) Volume of Work -- Firms will be evaluated in
terms of work previously awarded to the firm by DOD with the objective
of affecting an equitable distribution of DOD A&E contracts among
qualified A&E firms, including small and small disadvantaged business
firms and firms that have not had prior DOD contracts; and (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. Firms shall submit their subcontracting plan with the
Standard Form 255. The contract requires that the selected firm have an
on-line access to E-mail via the internet for routine exchange of
correspondence. Firms are required to prepare the cost estimate
utilizing the computerized CES, the specifications in the SPECSINTACT
system format, and all drawings shall be submitted in an AutoCAD
compatible format. The design contract scope may require evaluation and
definition of asbestos materials 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 the contract will be for
one (1) year from the date of an initial contract award. The proposed
contract includes 2 (two) one (1) year Government options for the same
basic professional skills. The total A&E fee that may be paid under
this contract will not exceed $2,000,000; however, the yearly maximum
may total up to $1,000,000. No other general notification to firms for
other similar projects performed under this contract will be made.
Type of contract: Firm Fixed Price Indefinite Quantity Contract.
Estimated start date is July 1998. -- Architect-Engineer firms which
meet the requirements described in this announcement are invited to
submit completed Standard Forms (SF) 254 (unless already on file) 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. For selection evaluation factor (1), provide the following
information for only the staff proposed for this work using these
column headings: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM",
and "TECHNICAL ROLE". 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. Provide a synopsis of the scope of work, point of contact
and telephone number for each project listed in SF 255 Block 8. Firms
shall submit their subcontracting plan with the SF 255. Firms having a
current SF 254 on file with this office and those responding by 4:00
p.m. EST, 22 May 1998 will be considered. Late responses will be
handled in accordance with FAR 52.215-10. Neither hand carried
proposals nor facsimile responses will be accepted. 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 business concerns. -- The small business size
standard classification is SIC 8712 ($2,500,000). -- This is not a
request for proposals. Inquiries concerning this project should mention
location and contract number. See Note 24. (0106) Loren Data Corp. http://www.ld.com (SYN# 0020 19980421\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|