Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,2000 PSA#2620

Officer In Charge, Navfac Contracts, Bldg #5, Code R74, Naval Air Engineering Station, Lakehurst, NJ 08733-5011

C -- ARCHITECT-ENGINEER (A-E) SERVICES FOR VARIOUS ARCHITECTURAL/CIVIL/STRUCTURAL PROJECTS AT NAES, LAKEHURST, NJ SOL N62472-00-R-3205 DUE 072400 POC JOHN MULLER/mullerjp@navair.navy.mil OR FRANCESCA BUZZETTA/buzzettafm@efdnorth.navfac.navy.mil THIS IS A PROCUREMENT NOTICE. ARCHITECT-ENGINEER (A-E)SERVICES FOR VARIOUS ARCHITECTURAL/CIVIL/STRUCTURAL PROJECTS AT THE NAVAL AIR ENGINEERING STATION(NAES), LAKEHURST, NJ This solicitation is being issued on an unrestricted basis, therefore, all interested and suitable business concerns are encouraged to respond. When applicable, SIC codes are 8711 and 8712; when applicable, NAICS codes are 541310 and 541330; the small business size standard classification is $4,000,000. This will be an Indefinite Quantity (IQ) Contract to provide architectural- engineering (A-E) services for architectural/ civil/ structural projects to repair and/or renovate the interiors and/or exteriors of various buildings and other facilities or to repair, replace or renovate the infrastructure at NAES. The work will be located at the Naval Air Engineering Station (NAES), Lakehurst, NJ. An A-E firm with multi-discipline capabilities is required to provide technical studies and/or designs (including all associated architectural or engineering services coincident with the production of construction contract plans, specifications and cost estimates) for an assortment of projects. In addition to the preparation of 100% complete plans, specifications and cost estimates utilized with the traditional Design-Bid-Build method of acquiring capital improvements, the firm selected for this contract may be required to prepare the abbreviated documents used in the request-for-proposal packages of Design-Build solicitations. The work primarily involves architectural, civil or structural design but may also include incidental mechanical, electrical, fire protection, environmental, etc. aspects. Phased work and pre-priced options may be included in the contract at the discretion of the government. Phases or Options may include: Design Completion for studies or preliminary designs; and, Post Construction Award Services (PCAS) such as shop drawing review/approval, consultation during construction, preparation of record drawings, construction inspection, etc. A span of up to eighteen months may occur between the completion of the basic task order requirements and the award of optional work. As part of this contract, assessment of facilities for asbestos containing materials, lead or other contaminants may be required, as well as, the design for the abatement or removal of the asbestos, lead and/or other contaminants in those facilities. Firms unwilling, unable or not possessing qualifications (in house or through a sub-contractor/ consultant) to perform work involving the detection of hazardous material (e.g. asbestos, lead, PCB'S, etc.) and the subsequent design for its abatement and/or removal will not be considered for this contract. General Contract Terms: Firm fixed price by project (task order) with no dollar limit per project; maximum cumulative amount of the contract -- $495,000; minimum contract amount -- $25,000; length of contract -- one year with an optional second year exercised at the discretion of the Government (award of the secondyear will depend on the performance of the A-E firm during the initial year of the contract as well as the design workload). The estimated contract award date is November 2000. Contract (and task order) award is contingent upon the availability of funds. In order of importance, the principal evaluation factors for selection are: 1) SPECIALIZED EXPERIENCE and competence (including quality control program) of the firm in the type of work described above; 2) PROFESSIONAL QUALIFICATIONS of the staff to be assigned to this contract that will assure the satisfactory performance of the required services; 3) PAST PERFORMANCE on contracts with Government agencies (emphasis on the DOD) and private industry in terms of cost control, quality of work, and compliance with performance schedules; 4) CAPACITY of the assigned team to accomplish the work within required time constraints; 5) VOLUME OF WORK previously awarded to the firm by the DOD; 6) GEOGRAPHIC LOCATION of the firm with respect to the planned area of work and knowledge of the locale where the projects will occur; 7) SUBCONTRACTOR UTILIZATION -- the use of small business, small disadvantaged business or women owned small business firms as primary consultants or as subcontractors; 8) SUSTAINABLE DESIGN -- demonstrated success in prescribing the use of recovered materials as well as achieving waste reduction and energy efficiency in facility design. A secondary evaluation factor for selection is the observance of the instructions provided in the Standard Forms (SF) 254 & 255 as well as those listed below for the completion and submission of responses to this advertisement. (Please Note: For purposes of conforming to the requirements of Criterion #2 -- Professional Qualifications, and in addition to the more traditional technical disciplines (architect, civil engineer, structural engineer, etc.) required to accomplish the work, the team assembled for this contract shall include: a registered landscape architect; a registered engineer or architect with a minimum of ten years of experience in the design and construction of roofing, re-roofing and waterproofing projects; and, personnel experienced in fire protection engineering. With respect to professional qualifications for Fire Protection Engineering, the A-E or his subcontractor must employ multiple personnel each of whom meets one or more of the following: 1) engineers who have a Bachelor of Science or Master of Science Degree in Fire Protection Engineering conferred by a college or university with an accredited engineering program in that specialty plus, a minimum of four years of work experience in fire protection engineering; 2) engineers who have been granted a state license as a Professional Engineer in the field of Fire Protection Engineering; 3) engineers who have been granted a state license as a Professional Engineer in a field related to fire protection engineering and have attained member grade status in the Society of Fire Protection Engineers; 4) engineers who have a minimum of ten years of work experience in fire protection engineering and have attained member grade status in the Society of Fire Protection Engineers.) At any time during the term of this contract, the A-E may be required to use the System International (SI) units of measure for the preparation of design calculations and construction contract documents. Responses must include a description of the firm's ability to use ST. The construction contract documents submitted for this contract will be prepared by computer to the maximum extent practical. NAES employs a Microsoft Windows computer system and uses: SPECSINTACT (converted to Microsoft Word) for construction specifications and Microsoft Word for the preparation of all other text information; Microsoft Excel for spreadsheet applications; and, AutoCAD (DWG format) for drawings. The A-E will be required to submit final versions of text, specifications and drawings that are prepared for this contract in hard copy and on either compact discs (preferable) or 3 1/2 inch high density diskettes. The information that is on the CD's or diskette's that are provided must be ready for use with the computer system/ software stated above as well as in the version of that software currently in use at NAES. The selected firm will have on-line access to enable email via the Internet for the exchange of correspondence and other information. Evaluation of respondents will be based on the information provided in completed Standard Forms (SF) 254 and 255. Include a separately identified SF 254 plus applicable and appropriately identified SF 255 sheets (not necessarily the entire forms) for any contemplated subcontractors or consultants. THE SF 254 AND SF 255 SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE THE CURRENT VERSIONS OF THOSE FORMS. Standard forms 254 and 255 may be obtained from the Internet site -- http://www.gsa.gov/forms. ALL PERTINENT INFORMATION MUST BE CONTAINED WITHIN, AND RELEVANT TO, THE VARIOUS SECTIONS OF THE SF 254 OR SF 255; NO OTHER INFORMATION OR ATTACHMENTS THAT ACCOMPANY THE SF 254 AND SF 255 (e.g. company brochures) WILL BE CONSIDERED IN THE EVALUATION PROCESS. Computer generated replications of the SF 254 and SF 255 are acceptable and encouraged. Only one copy of each form is required; additional copies as well as information which is not a component of either the SF 254 or SF 255 will be discarded. No information will be returned. OBSERVE THE FOLLOWING WHEN COMPLETING THE SF 254 for a firm that is the subsidiary of a parent organization: 1) in Block I -- indicate whether or not the subsidiary firm is normally subject to the management decisions, bookkeeping, and policies of their holding or parent company that is listed in Block 5. OBSERVE THE FOLLOWING WHEN COMPLETING THE SF 255: 1) in Block 3 -- Firms with offices in multiple locations must clearly indicate the site at which the work will be performed, and 2) in Block 7c for each key person -- List the office (city & state) at which that individual is employed; 3) Use Section 8 to describe individual projects(not IQ Contracts) that demonstrate relevant past work done by the firm -- maximum length of description per project will be one side of an 8 1/2 x 11 sheet (photographic or graphic material about a project is permissible on the facing side of the previous 8 1/2 x 11 sheet); 4.) For each project listed in Section 8, indicate the key persons from Section 7 who worked on that project and their role in that specific endeavor; 5) as appropriate, use either Section 9 or Section 10 (not Section 8) to reference IQ contract experience; 6) In Section 10, describe the reasons why the firm is especially qualified for the work with regard to each of the evaluation factors listed above. Include the following in the appropriate selection criterion narration provided in Section 10: a) the process used for cost control and the key person from Section 7 who will be responsible; b) the process used for quality control and the key person from Section 7 who will be responsible; c) the process used for compliance with the performance schedule and the key person from Section 7 who will be responsible; d) a matrix TABLE OF EXPERIENCE with the projects from Section 8 listed in the left hand column, the key personnel from Section 7 (including proposed subcontractors/ consultants) listed along the top row, and the role of each respective key person (Project Manager -- PM, Architect in Charge -AIC, Engineer in Charge -- EIC, Architect -- A, Civil Engineer -- CE, Mechanical Engineer -- ME, Electrical Engineer -- EE, Fire Protection Engineer -- FPE, etc.) indicated at the appropriate spaces in the table (column/row intersections); e) in tabular form and for each project listed in Section 8, provide the scheduled date of design completion, the actual date of design completion, the estimated cost of construction at design completion, and the actual cost of construction for the completed project (may be included as a part of the Table of Experience cited previously. As attachments, provide any letters of recommendationsor performance evaluations for each of the projects listed in Section 8 followed by any other recommendations or evaluations considered pertinent. Use Section 10 of the SF 255 and, if necessary, continue on PLAIN BOND PAPER to provide any additional information desired; maximum amount of text in Section 10 (excluding the tables indicated above) -- fifteen (15) sides of 8 1/2 x 11 sheets using a 10 point or larger font. A-E firms that meet the requirements described in this announcement are invited to submit their completed SF 254 and SF 255 to the office listed above. Firms responding to this announcement by 4:30 p.m., local time, on the due date stipulated above will be considered. Firms having a current SF 254 on file with this office may also be considered. Should the due date fall on a weekend or on an official Government holiday, responses are due on the first Government workday thereafter. Responses received after the date indicated above will be handled in accordance with FAR 52.215-10. All responses must be sent by a bona fide delivery or courier service; submittals hand carried by other personnel will not be accepted. Facsimile responses will not be accepted. The US Post Office and all other major consignment services will deliver packages to the address listed above. THE FIRM SELECTED FOR THIS CONTRACT MUST BE REGISTERED IN THE DOD CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE BEFORE BEING AWARDED THE CONTRACT; the estimated contract award date is listed above. A FIRM THAT IS NOT REGISTERED IN THE CCR BEFORE THE CONTRACT AWARD DATE IS NOT ELIGABLE FOR THE CONTRACT. A-E firms interested in DOD contracts are encouraged to enroll with the CCR. Information about the CCR may be obtained on the Internet at "https://www.ccr.dlsc.dla.mil/ccr/11 or "http://www.efdnorth.navfac.navy.mil/codeO2.htm". This is not a request for proposal. Posted 06/09/00 (W-SN463371). (0161)

Loren Data Corp. http://www.ld.com (SYN# 0017 20000613\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page