|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1999 PSA#2268Officer In Charge of Construction, Bldg 2004, PO Box 1855, Quantico, VA
22134-0855 C -- IDQ MISCELLANEOUS CIVIL AND ENVIROMENTAL DESIGN AND ENGINEERING
SERVICES SOL N62477-99-R-1015 DUE 022499 POC Debbie R. Lockett,
Contracting Officer (703) 784-2976, ext. 223 Indefinite Quantity
Contract for Miscellaneous Civil and Environmental Design and
Engineering Services at the Marine Corps Base, Quantico, Virginia
22134-0855 SOL N62477-99-R-1015 DUE 022499 POC Debbie R. Lockett,
Contracting Officer, Public Works Branch, Facilities Division, Marine
Corps Base, Quantico, Virginia. The award of an indefinite quantity
contract is planned for a base year period with two (2) one-year
options. The IDQ contract shall have a capacity of $1,050,000.00 as
follows, $350,000.00 for the base year and $350,000.00 for each of the
two (2) one-year options. The estimated construction cost for each
project range from approximately $100,000.00 to $2,000,000.00 . The
average construction cost is expected to be around $700,000.00. The SIC
Code is 8711, Engineering Services. Multiple Awards are anticipated.
This will be a firm fixed price A&E contract. The contract will cover
a range of civil and environmental designs for maintenance, repair, and
construction projects at Marine Corps Base, (MCB), Quantico. Work
consists of preparing detailed plans, specifications, calculations, and
cost estimates. These shall be provided on electronic media as well as
paper copy. Consultation, review of shop drawings, contract
submittals, and specialized studies may also be required. MCB, Quantico
covers an area of approximately 60,000 acres. There are over 1200
permanent buildings built between 1920 and 1998. Portions of the base
are in historic districts. The type of facilities includes barracks,
administrative facilities, training buildings, ranges, an airfield,
hangars, schools and family housing. Quantico has approximately 97
miles of paved roads, 15 bridges, three water plants, two sewage
plants, and 23 sewage pump stations. The selection evaluation critera,
in relative order of importance are: (1) PROFESSIONAL QUALFICATIONS
necessary for satisfactory performance of required services; a) provide
the professional qualifications of all proposed staff, engineers, and
designers; b) a professionally registered project manager shall be
assigned to this contract; c) provide professional qualifications of
all proposed consultants; d) provide the length of employment with the
firm, of all proposed personnel; e) provide information on other
professional affiliations. (2) SPECIALIZED EXPERIENCE and technical
competence in the type of work required; a) firms must demonstrate
specialized experience on Department of Defense bases, or similar
government installations, dealing with a wide variety of civil and
environmental projects in the price range given above. Projects shall
include studies, new construction, maintenance, and repair. Past
successes of the firm as demonstated by its performance evaluations on
government work shall be provided. Identify specific personnel and
consultatnts that worked on these projects; b) demonstrate experience
with NAVFAC design manuals, design criteria, and specifications; c)
demonstrate specialized experience with NEPA documentation, life cycle
cost analysis, and energy conservation; d) demonstrate experience in
hazardous material testing and abatement, including lead base paint,
asbestos, and PCBs; e) demonstrate experience in working with adverse
soil conditiions and remediation of sub-standard soils. (3) CAPACITY OF
THE FIRM TO ACCOMPLISH THE WORK IN THE REQUIRED TIME; a) Show capacity,
either in-house or through consultants, to perform civil/environmental
design and associated design work; b) list other DOD IDQ design
contracts within the past 18 months. Provide the value, the number of
options, and the start and finish dates; c) explain how work under this
contract will integrate with the firm's current and projected workload.
(4) PAST PERFORMANCE on contracts with government agencies and private
industry in terms of cost control, and compliance with performance
schedules; a) demonstrate how design costs, design schedules, and
construction budgets have bene managed. Use examples of actual projects
similar in size and type, to the work required on this contract.
Provide examples of accelerated projects and projects constrained by
government fiscal year time lines; b) provide information comparing
original construction budgets to bid costs to final construction costs;
c) describe your cost estimating system. (5) LOCATION IN THE GENRAL
GEOGRAPHICAL AREA of the project and knowlege of the locality of the
project; a) demonstrated knowledge and experience working with the
federal, state and local regulatory agencies that have cognizance over
designs at MCB, Quantico. An example is the Virginia Department of
Environmental Quality; b) demonstate knowlege and experience working
with local utility providers serving the MCB to include, electrical
power, water, and natural gas; c) state the location of all offices of
the firm to be utilized for this contract, and what type and percent
of work will be done at each. (6) QUALITY CONTROL including performance
of quality control on prior contracts; a) describe current methods for
quality (QC) control of designs. Note specific cases of error and
omissions, which the firm's QC methods have corrected. Describe how the
firm's QC has been improved over time; b) describe how review comments
are managed; c) explain which CADD systems are used and which drawing
standards are followed; d) describe and demonstrate how the firm
manages client input. Firms, which meet the requirements listed in this
announcement, are invited to submit one copy each of the completed
standard forms (SF 254 and SF 255, U. S. Government Architect-Engineer
Qualifications), to the office indicated below. The proposed contract
is being solicited on unrestricted basis. Should the due date fall on
a weekend or an official government holiday, the SF 254 and SF 255 is
due the first workday thereafter. Interested firms are requested to
include Telefax numbers, Data Universal Numbering System (DUNS) Number
and Taxpayer Identification Number (TIN) on the SF 254 and SF 255 in
block 3a and 1, respectively. IMPORTANT: Firms must submit complete
data on all the selection criterias, including each specific
sub-element requested by the closing date. Specific, clear, detailed
submissions will receive higher consideration over generic, or
inocmplete submissions will receive higher consideration over generic,
or incomplete submissions. Only SF 254 and SF 255 will be reviewed.
Information in the cover letter and other attachments will not be
included in the official selection process. Following an initial
evaluation of the qualification and performance data submitted, firms
considered to be the most highly qualified to provide the type of
service required, will be chosen for interviews. Interviewed firms may
be required to provide examples of their work. Selection of firms for
negotiations shall be based on the demonstrated competence and
qualifications specified in the selection criterias noted above and
considered necessary for the satisfactory performance of the type of
professional services required. All firms responding to this
announcement before the closing date will be considered for selection.
This is not a request for a proposal. Selected firms may be subject to
an advisory audit performed by the Defense Contract Audit Agency. EEO
Compliance is required. Preaward Clearance must be obtained prior to
award. Large firms should provide a subcontracting plan to meet small
disadvantaged set-aside goals of not less than 5%. The women-owned,
small business set aside goals of not less than 5%. The women-owned,
small business set-aside goals in that subcontracting plan shall not be
less than 5%. This does not apply if the prime firm is a small business
concern. Submit SF 254 and SF 255 to the Officer in Charge of
Construction, Building 2004, Mann Hall, Barnett Avenue, Suite 211, P O
Box 1855, Quantico, Virginia 22134-0855 (ATTN: Code 20) by 2:30 PM on
or before the due date. Faxed copies of the SF 254 and SF 255 will not
be accepted. Posted 01/21/99 (W-SN290100). (0021) Loren Data Corp. http://www.ld.com (SYN# 0021 19990125\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|