|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave NE,
Poulsbo, WA 98370-7570 C -- INDEFINITE QUANTITY CONTRACT FOR A/E ARCHITECTURAL SERVICES AT
VARIOUS LOCATIONS SOL N44255-99-D-9898 POC Karen Smith (360) 396-0910
E-MAIL: Click here to contact the Contracting Officer,
smithkl@efanw.navfac.navy.mil. 1. DESCRIPTION: Firm fixed-price
Architect-Engineer services are required for a regional indefinite
quantity type contract for engineering studies and for the design and
preparation of plans and specifications for the purpose of bidding and
construction of architectural projects at various locations in the
United States, however primarily in Washington State. Projects may
require preparation and/or evaluation of design-build requests for
proposals (RFPs) or preparation of conventional full-design packages.
Major importance will be attached to functionally integrating new
designs and equipment into existing facilities. Work under this
contract may include, but is not limited to, designs, evaluations,
and/or studies for renovation/repair and new construction in three
categories; housing, commercial, and industrial. Typical types of
housing work include but are not limited to bachelor housing, single
and multifamily units, and whole site repairs. Other types of housing
work may include upgrades to architectural exteriors and interiors,
plumbing and electrical systems, and site furnishings such as
landscaping and engineering infrastructure, fencing, patios, sidewalks,
lighting, bus shelters, signage, streets, utilities, drainage, and
children's recreation areas. Some units will be on or eligible to be on
the National Register of Historic Places. Typical types of commercial
work include but are not limited to training, administrative, automated
data-processing, computer/electronic, and recreation facilities.
Typical types of industrial work include but are not limited to high
security, ordnance handling and storage, piers, automated warehouses,
industrial/maintenance facilities, aircraft hangars, and other aviation
facilities. Other work on any facilities of these types may include
handicapped accessibility (ADA/UFAS) renovations, interior design,
seismic upgrades, repainting, reroofing, and adaptive-reuse of
renovated facilities; arctic design; Year 2000 (Y2K) compliance
assessments; and consultation support during construction. The work may
also require various engineering services including, but not limited to
design concept and analysis, construction cost estimating, project
scheduling, field investigation, fire protection engineering,
surveying, and geotechnical evaluation. During the performance of this
contract a number of environmental concerns may be encountered
including, but not limited to, stormwater quality, sediment control,
hazardous materials, pollution abatement, lead removal, asbestos
abatement, toxic air emissions, and ground water contamination.
Projects may require building systems and controls analysis for Y2K
compliance in connection with Navy Inventories, Assessments, Testing,
Contingency Plans (CPs), and Continuity of Operations Plans (COOPs).
Y2K projects may involve redesigns needed as a result of hardware
and/or software failures occurring in embedded computer chip control
components. The AE shall be required to prepare cost estimates, using
current-year R.S. Means, Inc. Construction Cost Data, that have been
reviewed and approved by a professional cost engineer. The AE may be
required to use SUCCESS (U.S. Cost, Inc.) cost estimating software. The
AE shall be required to prepare as-built documentation at the time of
construction in both electronic media and hard-copy. Electronic files
shall be submitted in AUTOCAD or INTEGRAPH Microstation-compatible
computer drawing format. The AE shall be required to prepare computer
automated specifications using (SPECSINTACT) software. 2. SELECTION
CRITERIA are: (1) Recent specialized experience and technical
competence of the firm (the office/branch actually accomplishing the
work) including consultants, in the preparation of architectural
designs, evaluations, and/or studies for renovation/repair and new
construction in three categories: housing, commercial, and industrial.
For purposes of selection, experience emphasized will be as follows:
1) Housing: Bachelor housing and new multifamily unit and wholesite
repairs/upgrades; 2) Commercial: Computer/electronic and recreational
facilities; and 3) Industrial: automated warehouses and aircraft
hangars. Design-build experience is preferred and will result in an
increased rating for this criteria. Do not list more than fifteen (15)
projects in Block 8 of the SF-255; projects listed shall have been
substantially completed within the last three years. Indicate which
consultants from the proposed team participated in each of these
projects. In the project descriptions, provide (i) evidence of
experience in site planning and design of environmentally responsible
and sustainable facilities integrated across all engineering
disciplines and (ii) examples of experience delivering products in
Standard International (SI) metric units from planning stages through
design and construction. Extra credit may be assigned for each project
cited which involves the sustainable design approach. (2) Professional
qualifications of the staff to be assigned to this contract, including
subconsultants, in conducting architectural engineering and related
value engineering studies and cost estimates, life cycle analyses,
sustainable design and construction analyses, Y2K assessments and
testing, and applicable sketches for the preparation of architectural
designs, evaluations, and/or studies for renovation/repair and new
construction in three categories: housing, commercial, and industrial.
For purposes of selection, qualifications emphasized will be as
follows: 1) Housing: Bachelor housing and new multifamily unit and
wholesite repairs/upgrades; 2) Commercial: Computer/electronic and
recreational facilities; and 3) Industrial: automated warehouses and
aircraft hangars. Design-build contracting qualifications are preferred
and will result in an increased rating for this factor. List only the
team members who actually performed the major tasks for these projects.
Key personnel must have professional registration in their discipline.
Qualifications should reflect each individual's skills and abilities
to contribute to the successful completionof task orders on this
contract. In Block 4 of the SF-255 (Personnel Discipline) show the
entire proposed team and professional registration credentials by
listing personnel employed by the prime in the blanks provided and
personnel from consultants to the left in parentheses. In Block 7 of
the SF-255, indicate branch office location of each team member,
including key consultant personnel. (3) Design Quality Control (OQ)
Program. Provide a copy of the firm's corporate QC program. Also
provide a sample QC plan prepared for a prior project. The sample
should show how individual subconsultant quality control measures were
integrated into the firm's overall QC program for the design team. It
should identify and describe key procedures to ensure effective
coordination of all project data and of the team's effort to partner
with the construction contractor. (4) Past performance on projects
requiring the preparation of architectural designs, evaluations, and/or
studies for renovation/repair and new construction in three categories;
housing, commercial, and industrial. For purposes of selection, past
performance emphasized will be as follows: 1) Housing: Bachelor housing
and new multifamily unit and wholesite repairs/upgrades; 2) Commercial:
Computer/electronic and recreational facilities; and 3) Industrial:
automated warehouses and aircraft hangars. Identify and describe fully,
in terms of quality of work, cost control and compliance with
performance schedules, a minimum of three(3)/maximum of five(5)
examples of construction projects completed successfully within the
last three years. Projects listed shall be those completed by the
office/branch that will be accomplishing the work under this contract.
Indicate cost control measures taken and other proactive procedures
used to ensure projects are within cost limitations. List recent
awards, commendations and other performance evaluations received by the
team proposed for this project, for projects similar to those listed
within this factor. (5) Capacity. Demonstrate the ability to completed
several multidisciplinary contract task orders concurrently (i.e., the
impact of this potential workload on the firm's permanent staff and
anticipated workload during the contract period along with the firm's
history of successfully completed work in compliance with performance
schedules and providing timely submittals). Indicate the firm's present
workload and the availability of the proposed team members (including
consultants) for the specified contract period. (6) Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facilities design. Indicate
familiarity with energy sustainability design and specification as well
as EPA Comprehensive Procurement Guidelines for use of recycled-content
building materials. *** Note: Criteria numbers (7) through (10) shall
be used as secondary evaluation factors should the application of
criteria numbers (1) through (6) result in firms being rated as equal.
(7) Demonstrated knowledge of the localities included in this
contract. (8) Location of the firm in the general geographic area. (9)
Use of small/small disadvantaged or women-owned business firms as
primary consultants or as subconsultants. (10) Volume of work
previously awarded to the firm. This information shall be recorded in
Block 9 of the SF-255 by listing the total amount of Prime DoD fees
awarded for the previous 12 months. 3. GENERAL INFORMATION: The
proposed procurement shall result in the award of one fixed-price
indefinite quantity contract. The contract period of performance shall
not exceed a base plus two option years or a total contract value of
$4,500,000.00 whichever occurs first. The option years may be exercised
unilaterally by the government. The minimum guarantee for the total
contract (including options) shall be $5,000 or the value established
by award of a seed project. The minimum and maximum values of
individual contract task orders executed under this contract are $2,500
and $250,000 respectively. The estimated start date is March 2000. A
small business/small disadvantaged business subcontracting plan may be
required in accordance with FAR 19.702. The Standard Industrial
Classification Code is 8712. The related small business size standard
is $2.5 million annual average gross revenue for the last three fiscal
years. Qualified firms desiring consideration shall submit one copy of
an SF-254, and SF-255 including organization chart of key personnel to
be assigned to this contract and each subconsultant's current SF254 to
Karen Smith, Engineering Field Activity, Northwest, 19917 7th Avenue
NE, Poulsbo, WA 98370-7570 not later than 4:00 p.m. local time 30 days
(first work day following a weekend or holiday) after publication in
the Commerce Business Daily. Failure to submit the aforementioned items
and the amount of DoD fees awarded to the firm will reflect negatively
on the firm's submittal during the evaluation process. Firms applying
with multiple offices, shall indicate the office which completed each
of the projects listed in Block 8 and shall list which office is under
contract for any projects listed in Block 9 of the SF-255. Use Block 10
of the SF-255 to provide any additional information desired including
why the firm is especially qualified based on the selection criteria.
Personal interviews may not be scheduled prior to selection of the most
highly qualified firms. Elaborate brochures or other presentations
beyond those sufficient to present a complete and effective response to
this announcement are not desired. Firms that design or prepare
specifications for a construction contract or procurement of supplies
cannot provide the construction or supplies. This limitation also
applies to subsidiaries and affiliates of the firm. Telegraphic and
facsimile SF-255's will not be accepted. Site visits will not be
arranged during the submittal period. Debriefing requests will not be
entertained prior to 45 days after the SF-254/255 submittal due date.
This project is open to all business concerns. THIS IS NOT A REQUEST
FOR PROPOSAL, and NO solicitation package or bidder/planholder list
will be issued. No additional technical information is available at
this time. Posted 08/19/99 (W-SN369898). (0231) Loren Data Corp. http://www.ld.com (SYN# 0018 19990823\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|