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