Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395

EFA 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