Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2000 PSA #2703
SOLICITATIONS

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR VARIOUS PROJECTS (PRIMARILY MECHANICAL/ELECTRICAL) AT NAVAL POSTGRADUATE SCHOOL, MONTEREY, CALIFORNIA

Notice Date
October 6, 2000
Contracting Office
Commanding Officer, Engineering Field Activity West, 900 Commodore Dr, San Bruno, CA 94066-5006
ZIP Code
94066-5006
Solicitation Number
N62474-01-D-XXXX
Response Due
November 7, 2000
Point of Contact
Teresa Marshall, marshallta@efawest.navfac.navy.mil
E-Mail Address
click here to contact the contracting officer via (marshallta@efawest.navfac.navy.mil)
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF 255 DOCUMENTS IS CONTAINED HEREIN. This solicitation is issued "unrestricted" for an Indefinite Quantity Firm Fixed Price Contract. NAIC Code for this procurement is 541330 and the annual size standard is $2,500,000. Engineering services required are primarily electrical and mechanical in nature but a strong full service team of consultants is required. Special emphasis is placed on the capabilities of team members in the renovation of existing facilities. The contract term will be a one base period with for four additional option periods. Each period will be one year from the date of contract award/exercise of options or until award of a maxiumum of $500,000, whichever occurs first. A minimum fee of $5,000 is guaranteed for the initial Base Period and for each exercised option period if no work is ordered after contract/option exercise. Multiple task orders may be awarded with similar delivery schedules requiring the selected firm to provide services with overlapping work/delivery dates. Specific projects will be identified at a later date but will likely include an emphasis on administration/academic or light industrial type facilities. Notice: If the selected firm prepares the statement of owner's requirements for design/build procurements, the firm is prohibited from competing during the subsequent design/construction procurement stage. Primary work will be in two areas: (1) assessment of existing military facilities and infrastructure to develop a renovation plan (including a cost estimate) and (2) the preparation of plans and specifications or statements of work/requirements for design/build contracts to accomplish repair/renovation projects in existing military-owned facilities. Similar services are required for the design phase of new construction. Facilities addressed will generally be small/limited scope renovations to structures such as classroom/lab facilities, administration buildings. Additional services which may be required by this contract include cost estimating (use of the SUCCESS cost estimating software program may be required), preparation of various engineering studies, inspection of existing conditions with recommendations for renovation work to be accomplished to preserve assets, inspection to identify presence and scope of hazardous materials (primarily asbestos and lead based paint), preparation of documents defining existing conditions, preparation of topographic surveys, accomplishment of sub-surface investigations, preparation of utility studies, provision of space planning services, provision of interior design services, provision of construction support services, provision of fire protection engineering services, participation in coordination efforts with the State Historical Preservation Office. The selection of the firm for this contract will be based on the following criteria which are numbered in the order of importance: (1) Experience: Recent specialized experience of the proposed team in the preparation of plans and specifications or the preparation of design/build requirement statements for the renovation of a variety of building types with an emphasis on administration/aacademic and light industrial facilities (estimated construction cost in the range of $50,000 to $500,000). Special emphasis is placed on the experience of the mechanical and electrical team members in facility renovation work. Recent past experience in the design or preparation of statements of work for new construction is also valued, however the emphasis of this contract is on renovation. Recent past experience in undertaking multiple task orders with similar delivery dates will also be evaluated. Recent experience is defined as work undertaken in the past five years. (2) Qualifications of the proposed team members: Professional qualifications of the proposed team, including all proposed consultants, in executing the scope of this contract. (3) Performance: Past performance with Government agencies and/or private industry. Demonstrated long-term Government or private business relationships, repeat business on related efforts and construction support are valued. The proposed team's quality control program, including performance of quality control on prior Department of Defense contracts, will be evaluated. The team's performance of quality control and proposed quality control program will also be addressed during the selection interview. Performance in estimating the probable project construction will be evaluated. (4) Capacity: The ability of the firm to accomplish contemplated work within a reasonable minimum time limit as demonstrated by the team's history of successfully completing projects in compliance with performance schedules and providing timely construction support. Of primary concern is the team's ability to deliver work on multiple overlapping task orders. Discuss specifics of managing surge workloads. (5) Location: The location of the firm and it's proposed project team in the general geographical area of the contract and the firm's demonstrated knowledge of the contract area as reflected in experience with selection of appropriate construction materials, knowledge of conditions affecting project costs and bidding climate. (6) Sustainable Design: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Volume: Volume of work previously awarded by the Department of Defense (DOD) in 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. (DO NOT PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS THE DATA) (8) Commitment to Small Business Concerns. The estimate start date for this contract is 1 December 2000; estimated completion date (including construction support services) is December 2005. In order to expedite your firm's consideration regarding the above criteria, the following application data shall be presented as follows in lieu of completing Blocks 7, 8, and 10 of the SF 255: For Criteria Item 1: (Block 10) Provide a list of projects to be evaluated as specialized experience that started construction since 1995. Include at least the following data: building type/description, location, final construction cost, design completion date, construction completion date, percent differentials between contract award amount and estimated construction cost (note whether bid, negotiated). Include experience in delivering multiple products on concurrent schedules.Criteria Item 2 :(Block 7) Provide a matrix for the design team including alternates. Rows should be labeled with the names of the team members and their proposed team assignments. Columns should be labeled as follows: firm name and office location; percent of time to be spent on this team; location and year of professional registration; number of years of professional experience; number of years with current firm; highest education level and area of specialization (example : BS, mechanical engineering). For proposed project managers and team leaders, identify the specific design teams (including the nature of the team assignment) they have managed over the past two years, with an emphasis on management of multiple delivery requirements at the same time. Criteria Item 2: (Block 8) In matrix form, identify which team members worked on the projects listed under Firm Experience and in what capacity. Individual rows should be labeled with project titles. Columns should be labeled with the team members' name and their role in accomplishing the project. Criteria Item 3: (Block 10) Provide a tabular listing of all excellent performance ratings and letters of commendation received from both private and DOD clients (Designate your role: prime, subcontractor or joint venture partner) These ratings should be dated 1995 or later. For all projects listed for evaluation under Criteria Item 1, provide name, title and contact information for persons who can serve as references for your firm's performance on these projects. Provide data illustrating the quality of the construction cost estimates provided by the firm. Indicate if the estimates were prepared in-house or by consultant. Describe the method of keeping abreast of current cost trends in labor and materials. Criteria Item 4: Provide data illustrating the firm's ability to handle the contemplated workload by demonstrating approximate available capacity expected in the next twelve months. Information for key consultants is of value. Provide data illustrating the firm's ability to meet performance schedules. Describe how surge workloads would be managed. Criteria Item 5: Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors, in the contract geographical area (if not already provided under Criteria Item 1). Describe how the proposed team provided service specifically addressing the unique requirements of the area. Criteria Item 6: Describe the firm's role in prescribing the use of recovered materials, recycling and energy conservation. Criteria Item 7: No submission requirements since the Government has access to this data. Criteria Item 8: Provide information indicating your subcontracting goals for this contract to indicate your commitment to small businesses. List the names of the Small Business (SB), Small Disadvantaged Businesses (SDB), Women-owned Businesses (WOSB), HUBZone and HBCU/MI Businesses you plan to utilize, the type of work to be performed, the small business size status of the firm (i.e. S.B, SDB, etc.), the dollar amount anticipated to be subcontracted to each firm and the percentage of subcontracted dollars attributable to each firm. The following goals are the Navy's for your information: SD is 65% of subcontracted work, SDB is 12% of subcontracted work, WOSB is 5% of subcontracted work, HUBZone is 1% of subcontracted work, and HBCU/MI has no established percentage of subcontracted work. Please Note: If a large business concern is selected, they will be required to submit a subcontracting plan prior to award that provides goals that meet or exceed the Navy's goals. At the selection interview, A-E firms slated for interviews must provide their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, an organizational chart showing inter- relationship of the management and design team components, specific quality control process, a portfolio of design work relevant to this contract, and a listing of present business commitments and their required completion schedules to illustrate available capacity, if the situation has changed from the response to this synopsis. For consideration, provide one submittal package, including an original SF255 and one original SF254 for each firm proposed. The SF255 with attachments shall be limited to no more than 30 printed pages (minimum font size of 10). Every page that is not an SF 254 will be included in the page count. Pages in excess of 30 will not be reviewed (including cover letters). Firms not providing the required information in the format requested and the content specified may be negatively evaluated under the evaluation criteria. Additional information requested of applying firms: Indicate solicitation number in block 2b; DUNS number (for the address listed in block 3) and the TIN number in block 3; facsimile number and e-mail address (if any) in block 3a. The submittal must be received at Engineering Field Activity-West, Naval Facilities Engineering Command, 900 Commodore Drive, Building 205, First Floor, San Bruno, CA 94066-5006 (Attn: Teresa Marshall) not later than 3:00 PM, local time, 7 November 2000. Submittals received after that date and time will not be considered. Telegraphic and facsimile of SF 255's will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFAR 252.204.7004, all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration, offerors may call 1-888-227-2423, or via the internet at https://ccr.edi.disa.mil. Label lower right corner of outside mailing envelope with "A-E Services, N62474-01-D-XXXX" THIS IS NOT A REQUEST FOR PROPOSAL.
Record
Loren Data Corp. 20001011/CSOL002.HTM (W-280 SN5038Z7)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 6, 2000 by Loren Data Corp. -- info@ld.com