|
COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395EFA Chesapeake, Washington Navy Yard, Building 212, 901 M Street, S.E.,
Washington, DC 20374-5018 Y -- DESIGN/BUILD OF BACHELOR'S ENLISTED QUARTERS (BEQS) AT THE MARINE
CORPS BASE, QUANTICO, VIRGINIA SOL N62477-98-R-0033 DUE 081799 POC
Contract Specialist: Susan Thacker (202)685-3189; Contracting Officer:
Alyson Harbage (202)685-3222 E-MAIL: Susan Thacker, Contract
Specialist, Thackersm@efaches-03.efaches.navfac.navy.mil. This
procurement is unrestricted. This Design/Build project will be acquired
through the use of a Two-Phase Source Selection process to select the
offeror considered the best value for the design and construction of
two bachelor enlisted quarters and incidental related work to provide
complete and usable facilities. The buildings will be located on
separate sites at the Marine Corps Base, Quantico, Virginia. The BEQ
buildings shall be three stories and exhibit the same "Georgian"
architecture features and details as the existing BEQ buildings. Each
building will provide 75 typical room modules, each with two
sleeping/living areas and two residents per sleeping/living area in
each building to accommodate a maximum of 300 personnel per building.
Gross module area is 64.5 square meters. Overall gross building area
shall not exceed 6,375 square meters for each BEQ. Each building will
include a lobby, reception desk, office areas, multi-purpose room,
laundry room, vending area, public toilets, freight elevators and
associated parking lots. Complete interior design services shall be
performed in conjunction with architectural design. First floor areas
and site access to the building shall be barrier-free in accordance
with UFAS and ADAAG. Work also includes the complete demolition of
buildings 2184 and 2190, including removal of the foundations,
incidential items and the removal and capping of existing utilities.
These two buildings which have asbestos and lead paint hazards are
located on the base at Quantico, remotely from the BEQ sites. Building
2184 is a two story brick and wood frame building. Building 2190 is a
single story brick and wood frame building. The total design/build
budget has been established at $17,711,000.00. This best value source
selection will be conducted in two phases. The evaluation criteria,
will include PAST PERFORMANCE and TECHNICAL/MANAGEMENT FACTORS,
considered equal in importance and together considered more important
than PRICE. The Technical/Management Factors are considered equal in
importance to each other and include: Factor 1-Design/Build Experience,
Factor 2-Project Team, Factor 3-Design Solution, Factor 4- Project
Schedule, Factor 5- Small Business Subcontracting Effort. Phase I
evaluations will be to assess whether an offeror prossesses the
expertise and capability required to successfully perform the
requirements and will only address responses to Past Performance and
Technical/Management Factors 1 and 2. PHASE I SUBMISSIONS ARE TO BE
BASED ENTIRELY ON THIS ANNOUNCEMENT. Project requirements will be
issued only to those firms invited to participate in Phase II. Phase I
responses shall include written information, submitted in three ring
binders and formatted as follows: PASR PERFORMANCE: Past Performance of
both the construction contractor and designer shall be evaluated. As
past performance is the single most reliable predictor of future
performance, the Government shall evaluate the quality of each
offeror's past performance. This assessment will include the offerors
record of conforming to statements of work or specifications and
standards of good workmanship, the offeror's adherence to schedules,
administrative and subcontractor management aspects of performance, the
offeror's control of costs including costs incurred for changed work,
the offeror's reputation for reasonable and cooperative behavior and
overall concerns for the client. This assessment will be utilized in
the following manners: (a) The assessment of an offeror's past
performance will be used as one means of evaluating the credibility of
the offeror's technical/management proposal. A record of less than
satisfactory performance may be an indication that the promises made by
the offeror are less than reliable, (b) the assessment of the offeror's
past performance will be used as one means of evaluating the relative
capability of the offeror and other competitors. Thus an offeror with
an excellent record of past performance may be given a more favorable
evaluation than another whose record is merely satisfactory,even though
both may have an acceptable technical/management proposal, (c) an
offeror proposing as a joint venture may receive a neutral rating for
past performance if a history of performance as a joint venture is not
provided. Risk for performance may be elevated if an offeror lacks
past performance with the proposed design agent. Past performance will
be evaluated using the information required and provided under Factor
1 -- Design/Build Experience. The Government will also draw from
available CCAS and ACAS database reports and will consider other
information obtained from other sources. The evaluation of past
performance is a subjective assessment based on a consideration of all
relevant facts and circumstances. The Government will seek to
determine whether the offeror has consistently demonstrated a
commitment to customer satisfaction and timely delivery of quality
goods and services at fair and reasonable prices. This is a matter of
judgement. Offerors will be given an opportunity to address unfavorable
past performance information if the information is the determining
factor preventing them from being selected for Phase II submission or
being placed within the competitive range. The offeror's response, or
lack thereof, will be taken into consideration. TECHNICAL/MANAGEMENT
FACTOR 1 -- DESIGN/BUILD EXPERIENCE: For the design/build team, the
offeror shall provide the name, address, point of contact and phone
number for each entity and the business relationship of the team
(prime/subcontractor, joint venture, etc.) The offeror shall provide
design/build project experience within the past five years, including:
(a) contract number, title, location (b) name, telephone and facsimile
numbers of the point of contact most familiar with the day to day
performance of the work (c) contract type (fixed price, cost plus,
GMP), (d) original award amount and final contract value, (e) original
completion date and final completion date. The offeror shall provide
most recent SF254 and SF255 for the design agent demonstrating their
experience in designs similar in size and scope. Additionally, the
offeror shall provide the history and descriptions of past projects of
the design/build team or entity of a partnership, that exemplify
Sustainable Design practices. Offerors that demonstrate experience with
sustainable design development may receive a more favorable rating.
TECHNICAL/MANAGEMENT FACTOR 2 -- PROJECT TEAM AND CAPABILITIES: The
offeror shall provide the resume of the proposed key design and
construction individuals. At a minimum, provide the resume for the
project manager, superintendent, Quality Control manager, safety
manager, and each key design individual assigned to this project,
indicating the qualifications and degree of experience. The offeror
shall identify if these individuals were assigned to any projects
referenced under Technical/Management Factor 1 and your commitment to
their availability for participation on this project. Provide an 8 1/2"
x 11" organizational chart which clearly shows lines of authority and
dedication for both the design and construction phases of this project.
The offeror shall also provide information on bonding capabilities to
include single project limit, available capacity and the surety's name,
point of contact and phone number. Following the evaluation of Phase I
submissions, the Contracting Officer may determine the number of
offers that might otherwise be included in the competition, exceeds the
number by which an efficient competition can be conducted. Therefore,
potential offers are notified that the Government expects that a
maximum number of five offerors will be invited to participate in Phase
II. Responses to Phase I shall be submitted in an original and five
copies, and are due at the office of the Engineering Field Activity
Chesapeake, 901 M Street, SE, Washington Navy Yard, Washington, DC
20374, Building 212, third floor Contracts Department. Submissions must
be date stamped and received by 2:00 PM on Tuesday, 17 August 1999.
Phase II of the source selection processwill be conducted with only
those offerors considered most highly rated following the Phase I
evaluations. Notification of this decision will be promptly provided to
all firms submitting a response to this announcement. Those firms
invited to Phase II will be provided the solicitation package, attend
a preproposal conference and submit proposals responding to Factors 3,
4 and 5. The Government reserves the right and the solicitation may
require, oral presentations of Phase II responses. Please direct any
questions regarding this announcement to Susan Thacker on (202)685-3189
or Alyson Harbage on (202) 685-3222. Posted 07/22/99 (W-SN357535).
(0203) Loren Data Corp. http://www.ld.com (SYN# 0178 19990726\Y-0036.SOL)
Y - Construction of Structures and Facilities Index Page
|
|