|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1998 PSA#2082Contracting Officer, Naval Facilities Engineering Command Contracts,
Bldg 289, Indian Head Division, Naval Surface Warfare Center, Indian
Head, MD 20640-5035 C -- MISCELLANEOUS ARCHITECTURAL DESIGN AND ENGINEERING SERVICES,
(INDEFINITE QUANTITY CONTRACT) SOL N62477-98-D-3543 DUE 052498 POC
Sheila K. Lundstrom, Contracting Officer, (301) 743-4748 The work
includes an indefinite-quantity contract for architectural design and
engineering services with multi-disciplinary support. Delivery
orders/projects may include but not be limited to: preparation of
studies, technical reports and conceptual designs, conducting
engineering evaluations and preparation of construction contract
drawings. specifications, engineering calculations and cost estimates,
complete and ready for bidding. The A/E firm may also have to provide
Post Construction Award Services such as as-built drawing preparation,
review and approval of shop drawings, construction site visits and
consultation during construction. Although none is now known, the
possibility of hazardous materials, i.e. asbestos and lead paint, may
exist at the project sites. If hazardous materials are encountered, the
A/E Contractor may be required to conduct testing and sampling as well
as provide design removal procedures in accordance with applicable
rules and regulations. Firms responding to this announcement must be
prepared to accept the aforementioned as a part of their contract
responsibility. Potential architectural projects include but may not be
limited to: demolition, existing building renovation for various
functions, roof repair and replacement, handicap provisions, new
buildings utilizing conventional or pre-engineered construction.
bathroom renovation. space planning, interior design and locker
room/change house facilities. The preparation of comprehensive storm
water management plans or waivers for the State of Maryland may also be
required under this contract. The duration of this contract will be for
a period of one year. The Government reserves the right to exercise up
to one additional year for additional services based on funding
availability and satisfactory performance by the Contractor during the
initial contract period. Individual fees for any one project will not
exceed $99,000.00. The total fees per year shall not excees
$200,000.00. Selection evaluation criteria, in relative order of
importance, include: (1) Specialized experience and professional
qualifications of the firm (and its sub-contractors) in the following
areas: (a) experience as a multi-discipline firm in providing complete
design and engineering services; and (b) active professional
registration in all disciplines (including fire protection) in the
state in which the design services will be performed. (2) Specialized
experience and technical competence of the firm in the type of work
required -- Firms will be evaluated in terms of their; (a) recent
experience (within the past 5 years) with regard to performing
architectural design and engineering projects on the types of
facilities specified; (b) knowledge and compliance with environmental
health, safety regulations: (c) knowledge and compliance with
stormwater management, sediment and erosion control requirements for
Maryland; and (d) internal quality control program used to ensure
technical accuracy and discipline coordination; (e) design of
renovations to industrial-typebuildings with specific application using
the NAVSEA OP-5 manual; (f) design and value engineering of new
administrative facilities utilizing both pre-engineered and
conventional construction; (g) design of facilities per the Uniform
Federal Accessibility Standards. (3) Location -- Firms wil be evaluated
on their location with respect to the general geographical area of the
contract and their knowledge of local codes, laws, permits, climate,
construction materials and practices of the area (provided that the
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the projects); (4) Provide
information regarding the firms current status; Capacity to accomplish
the work in the required time -- firms will be evaluated in terms of:
(a) ability to accomplish multiple projects simultaneously; (b)
ability to sustain the loss of key personnel while accomplishing the
work within the required schedules; (c) coordinating and preparing all
required permits for the State of Maryland especially storm water
management waivers requests. (5) Volume of Work- Firms will be
evaluated in terms of work previously awarded by DOD during the
previous 12 months, with the objective of effecting an equitable
distribution of work among qualified A/E firms. (a) Provide information
regarding the firms's past performance in providing an internal quality
control program to assure technically accurate plans, specifications,
and construction cost estimates. Indicate the effectiveness of this
program in providing the following specific data; a track record for
providing project submissions within established performance schedules.
Please provide a reference for each project team availability,
including subcontractors. (6) Firms are required to prepare cost
estimates utilizing a computerized format and the specifications in the
SPECSINTACT system format. Firms shall be responsible for accomplishing
designs and preparing drawings utilizing Computer-Aided Design and
Drafting (CADD) and delivery of the drawings in Intergraph Microstation
PC, version 5 or higher, MS-DOS, digital format (.dgn). The Government
will only accept the final product for full operation, without
conversion or reformatting on the target system. The current target
system is MS-DOS/WINDOWS operating system. Scanned drawings shall be
delivered in native Intergraph format. Architect-Engineer firms which
meet the requirements described in this announcement are invited to
submit a completed SF 254 (unless already on file) and SF 255, U.S.
Government Architect-Engineer Qualifications to the office shown below.
Firms responding by close of business (3:00 P.M.) on the thirtieth
(30th) day from this announcement will be considered and firms having
a current SF 254 on file with this office can be considered. Site
visits will not be arranged during the advertisement period. This
proposed contract is being solicited on an unrestricted basis. Small
Business size standard SIC Code is "8711", $2.5 million average over a
three year period. Interested firms are requested to include telefax
numbers, the Contractor Establishment Code (CEC), DUNS Number, and
Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks
3a and 1, respectively. In Block 10, state why your firm is specially
qualified based on the selection evaluation criteria. Also, use Block
10 to provide additional information desired by your firm. Only the SF
254 and 255 will be reviewed. Experiences identified in Block 8 should
not be more than 5 years old. The A/E firms primary person proposed to
be the direct contact with the Indian Head Division NAVSURFWARCEN
throughout the contract work should be identified as the "Project
Manager". Information in the cover letter and any other attachments
will not be accepted. This is not a request for proposal. No other
general notification to firms under Indian Head Division, Naval Surface
Warfare Center, Code 09C2SL, Building 289, 101 Strauss Avenue, Indian
Head, Maryland 20640-5035. See Note 24. (0113) Loren Data Corp. http://www.ld.com (SYN# 0030 19980427\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|