Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415

Engineering 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