Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,2000 PSA#2591

Department of the Treasury, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO-BLD 93, Glynco, GA, 31524

C -- ARCHITECT AND ENGINEERING SERVICES -- CONSTRUCTION SOL FTC00-18 DUE 060200 POC Erin Wofford, Procurement Technician, Phone (912) 267-3297, Fax (912) 280-5343, Email ewofford@fletc.treas.gov -- Richard Kidwell, Chief, CCB, Phone 912-267-3290, Email rkidwell@fletc.treas.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=FTC00-18&; amp;LocID=1762. E-MAIL: Erin Wofford, ewofford@fletc.treas.gov. Architect-Engineer or Engineering services are required for the Federal Law Enforcement Training Center (FLETC), Artesia, New Mexico. The FLETC is a Bureau of the Department of the Treasury having as its mission the responsibility to provide the highest quality state-of-the-art law enforcement training to participating Federal and State organizations in the field of law enforcement. The FLETC promotes common training where practical and utilizes new and innovative training technologies, conducts training-related research and program evaluation activities and ensures their integration into training operations, and provides the requisite support and service facilities to foster and maintain a state-of-the-art learning environment. Such facilities include classrooms and residential facilities, library, specialized laboratories, recreational facilities and programs, and computer-assisted training software and hardware for students and staff. Anticipated architect-engineer services design projects may include over the next five (5) years include: new construction of a Dining Hall, Office building, firearms office building, water tower/tank, dormitory, driver training expansion, classroom building, Aquatic training facility, firearms range, PE facility, and dormitory renovation. The purpose of this procurement is to select firms highly qualified to provide these engineering-architectural services. Architect-Engineer selection procedures will be used in accordance with Part 36 of the Federal Acquisition Regulation (FAR) and as supplemented by the Department of Treasury Acquisition Regulation (DTAR). Selection will be non-project specific through the selection and interview stage. Firms will be selected solely on data contained in the SF-254, Architect-Engineer and Related Services Questionnaire, and SF-255, Architect-Engineer and Related Services Questionnaire for Specific Project. Selected firms will be interviewed. Once the interviews are completed, the selection process will be put on hold and the selected firms will be held in abeyance until specific projects are identified within the FLETC. When a specific project is identified by the FLETC, the firms being held in abeyance will be evaluated and ranked for the specific project and the most preferred firms being held in abeyance will be evaluated and ranked for the specific project and the most preferred firm sent a Request for Proposal. Following successful completion of negotiations, a contract will be awarded. If and when additional projects are identified by the FLETC, the ranking process through contract award will be repeated. The selected firms held in abeyance will be rotated as much as possible while keeping the needs of the FLETC in mind. It is the responsibility of each selected firm held in abeyance to update its SF 254/255s annually may result in removal from the list of selected firms. All selected firms held in abeyance will be ranked for each project. These firms will be eligible for selection and ranking on specific projects for five (5) years following the notification by the FLETC. The FLETC does not guarantee any contract from this synopsis but estimates that there will be eight to fifteen (8-15) projects which could result in contracts valued at $25,000.00 or more each over the five (5) year period. The cumulative dollar value for the five (5) year period is estimated at approximately $5,000,000.00. Contracts awarded are anticipated to be firm-fixed price but may be any contract type which is appropriate for the specific project and is in accordance with the FAR. If none of the selected firms being held in abeyance possess the appropriate expertise for a specific project, the FLETC reserves the right to obtain A&E services through other means authorized by the FAR. Selection of firms to be held in abeyance as well as selection for specific projects will be based on the following criteria: (1) Professional qualifications necessary for satisfactory performance of required services. Firms will be evaluated interns of the staff's: (a) Experience (including present and previous firms) and roles of staff member specifically on design work addressed above; (b) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands or fluctuating design workload. (2) Specialized experience and technical competence in the type of work required, including: (a) experience with regard to the preparation of successful budget cost or cost certification documentation, construction estimating and life cycle costing, (b) knowledge of local codes, laws, permits and construction materials and practices of the geographical location, (c) expertise as reflected in each discipline with a special emphasis on renovation work, ability to meet environmental and U.S. Occupational Safety and Health Administration requirements, energy conservation, and waste reduction, and (d) knowledge of environmental conditions/issues to include weather/climate conditions, and ecological concerns. (3) Capacity to accomplish the work in the required time frame as scheduled and capability to accomplish multiple tasking simultaneously. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Firm location and knowledge of the locality of the project including affiliations with local engineers and architects in the Artesia area, provided that the application of this criterion leaves an appropriate number of qualified firms given the nature and size of the project. AND (6) Quality control program which the firm uses to ensure (a) technical accuracy, (b) discipline coordinations including cross-discipline design checks, (c) ability to monitor time, (d) costs are kept within adding limits, (e) quality of design, and (f) coordination and oversight of subcontractors (consultants). Factors 1 through 6 are of equal importance. No solicitation package is available. Interested firms having the capabilities for this work are invited to submit: Standard Form (SF) 254, Architect-Engineer and Related Serves Questionnaire, and SF-255, Architect-Engineer and Related Services Questionnaire for Specific Project, to the U.S. Department of the Treasury, Federal Law Enforcement Training Center, Procurement Division, Building 93, Glynco, Georgia, 31524. A completed SF 254 shall be submitted for each proposed key consultant. Part 10 of the SF 255 may be expanded, if necessary, to address the selection criteria fully. All submittals are due to the address above no later than close of business June 2, 2000. SIC Code is 8711; Size standard is $2,500,000. A&E services are not restricted to small businesses. Project-specific; therefore, large and small businesses are invited to participate in this process. The Contracting Officers for this project are Dyan Price at 505-748-8001 (Artesia) and Rick Kidwell at 912-267-3290 Posted 04/28/00 (D-SN449790). (0119)

Loren Data Corp. http://www.ld.com (SYN# 0016 20000502\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page