|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,2000 PSA#2531Commanding Officer, Engineering Field Activity West, 900 Commodore Dr,
San Bruno, CA 94066-5006 C -- INDEFINITE QUANTITY CONTRACT TO PROVIDE A-E SERVICES FOR VARIOUS
FIRE PROTECTION PROJECTS IN ALL WESTERN STATES WITH WORK PRIMARILY IN
NORTHERN AND CENTRAL CALIFORNIA SOL N62474-00-R-3012 DUE 030700 POC
Teresa A. Marshall, Contracting Officer at (650) 244-2673 E-MAIL:
MarshallTA@efawest.navfac.navy.mil, MarshallTA@efawest.navfac.navy.mil.
Indefinite Quantity Architectural and Engineering Services for Fire
Protection Engineering Support for various projects in all Western
States with work primarily in Central and Northern California areas.
Includes design review and investigations for Naval, Air Force and
Marine Corps Activities. The following Fire Protection Engineering
Services may be required: Detailed review of construction plans,
specifications and contractor's shop drawing submittals; conducting
fire protection systems acceptance inspections and tests, conducting
fire protection engineering surveys of various facilities and
preparation of survey reports, fire protection engineering design
services and special fire protection engineering services and fire
protection engineering investigations. The proposed contract is for a
base period of one (1) year or until the maximum total dollar amount of
$250,000 is expended with option available to the Government to extend
the contract for two (2) additional periods with the same limitations.
A minimum fee of $10,000 is guaranteed should no work be ordered after
contract award. No individual project under this contract shall exceed
$100,000. Selection will be based on the following criteria which are
numbered in order of importance: (1) EXPERIENCE: Recent specialized
experience of the firm in preparation of fire protection engineering
surveys of facilities, fire protection engineering consulting, plans
and specifications review, construction and fire protection shop
drawing reviews, and acceptance tests and inspections; (2)
QUALIFICATIONS: Professional fire protection engineering qualifications
of the staff with respect to the overall makeup of the
engineering/architectural team to be assigned to the projects; (3)
CAPACITY: Ability of the firm to accomplish simultaneous projects
within a minimum reasonable time limit; (4) PERFORMANCE: Past
performance (with emphasis on similar effort cited in criteria elements
one and two) with Government agencies and/or private industry in terms
of cost controlquality of work, and compliance with performance
schedules. (5) LOCATION: Location of the firm within the general
geographical area of the projects to be assigned. (6) VOLUME: Volume of
work previously awarded by the Department of Defense (DOD) for the past
12 months to the firm with the objective of effecting equitable
distribution of contracts among qualified architect-engineer firms,
including minority-owned firms and firms that have not had prior DOD
contracts. The estimated start date for the contract 1 June 2000;
estimated completion date 1 June 2003. In order to expedite your firm's
consideration regarding the above criteria by the Board, the following
application data shall be substituted for Blocks 7, 8, 9, and 10 in
the SF 255: (1) To demonstrate how the firm meets the EXPERIENCE
criteria, provide a description of pertinent recent projects for which
team members provided a significant technical contribution. Work on
these projects must have been done in the last 5 years. Indicate how
project is relevant to the work described herein. In MATRIX form,
identify which team members and firm worked on the projects described.
Projects shall be in the left column and team member's names/firms
shown across the top row of the MATRIX; (2) To demonstrate how the firm
meets the QUALIFICATION criteria, submit a MATRIX for the design team
that contains the following data about the member's assignment team
member's (including alternates) name, firm name, office location,
proposed assignments, percent of time to be spent on this team, highest
education level/engineering discipline (e.g., BS, mechanical
engineering), states of professional registration, number of years of
professional fire protection engineering experience and number of years
with the firm. Also, for project managers and team leaders, identify
the number of teams (design, subcontractors, and joint venture
partners) they have managed over the past three years; (3) To
demonstrate how the firm meets the CAPACITY criteria submit an
organizational chart with the following information: Principal point of
contact, project manager, team leaders, the name of each design team
member, all team member assignments, and the name of at least one
alternate for each key person. Provide in chart (in number of hours)
comparing design teams available capacity with their actual commitments
for the next 12 months; (4) To demonstrate how the firm meets the
PERFORMANCE criteria, provide a tabular listing of all performance
ratings and letters of commendation from both private and DOD clients
(designate your role: prime, subcontractor, consultant, or joint
venture partner). These ratings should be dated 1995 or later and
should include those for joint venture partners and subcontractors.
Provide a list of projects and construction value managed by the
proposed project manager (s) that were started since 1995 and include
the following data: client's contact, client's need date, design
completion date, percent variances between contract award amount and
actual construction cost (note whether bid or negotiated); (5) To
demonstrate how the firm meets the LOCATION criteria provide a list of
recent projects performed by the firm or joint venture partners, and
appropriate subcontractors in contract area. At the selection
interview, A-E firms selected for interviews must submit their Design
Quality Assurance Plan (DQAP), including an explanation of the
management approach, an organizational chart showing inter-relationship
of management and design team components, specific quality control
process, a portfolio of design work (both new construction and upgrades
to existing facilities), a listing of present business commitments and
their required completion schedules, and performance references other
than Engineering Field Activity West (include 3 or more with names and
telephone numbers of the contract administrators). Large business
concerns will be required to submit a subcontracting plan if selected.
The SF 255 with attachments shall be limited to 25 pages not smaller
than 12 pitch font. Everypage that is not a SF254 will be included in
the page count. The submittal must be received at Engineering Field
Activity, West, Naval Facilities EngineeringCommand, 900 Commodore
Drive, San Bruno, CA 94066 (Building 205, 1st Floor, Attn: Teresa
Marshall) not later than 3:00 P.M., local time by 7 March 2000.
Submittals received after the date and time will not be considered.
Include facsimile numbers in Block 3a and Dun & Bradstreet (DUNS)
numbers, Commercial and Government Entity (CAGE) Code, if known, and
Taxpayer Identification Number (TIN) in Block 3. Label lower right
corner of outside mailing envelope with "A-E Services,
N62474-00-R-3012." Site visits will not be arranged during
advertisement period. Posted 02/03/00 (W-SN421598). (0034) Loren Data Corp. http://www.ld.com (SYN# 0019 20000207\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|