Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15, 2000 PSA #2748
SOLICITATIONS

R -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ENGINEERING, PLANNING AND DESIGN OF PROJECTS IN ALL CATEGORY CODES AT NAVAL FACILITIES IN JACKSONVILLE, FL, MAYPORT, FL CAPE CANAVERAL, FL, ORLANDO, FL AND KINGS BAY, GA

Notice Date
December 13, 2000
Contracting Office
Naval Facilities Engineering Command Combined Acquisition Office Jacksonville Region, Box 139, Bldg 13, Jacksonville, FL 32212-0139
ZIP Code
32212-0139
Solicitation Number
N62467-00-R-2006
Response Due
January 17, 2001
Point of Contact
Contracts Department, (904) 542-5571
Description
Architect-Engineer Services are required for engineering, planning, and design of projects in all category codes at Naval facilities in Jacksonville, FL, Mayport, FL, Cape Canaveral, FL, Orlando, FL, and Kings Bay, GA. At the discretion of the Government and with concurrence of the contractor, additional requirements at other Naval facilities within the Southern Division geographic area of responsibility may be included under this contract, should these requirements become unexecutable under other contractual requirements. The contract will be indefinite quantity type where orders will be placed on an "as required" basis intermittently. The contract shall not exceed one year or $1,000,000 in fees, with four one-year options, or $1,000,000 in fees per option period, whichever occurs first. The ECC is estimated to be between $100,000 and $3,000,000 with the majority falling in the $300,000 to $1,500,000 range. There will be a guaranteed minimum of $20,000 for this contract. The work requires architectural and engineering services necessary for the preparation of plans (Autocad, latest release, compatible format), specifications (using the SPECSINTACT system), and cost estimates (using a government provided Work Breakdown Structures (WBS) system format using the "Success" program) for repairs, alterations, and/or new construction at Naval facilities located within the contract area stated above. The projects associated with this contract shall involve any combination of the architectural, civil/structural, mechanical, and electrical engineering disciplines. If needed, studies and collateral equipment lists shall also be included. All work shall be done in metric units. Selected firm will not be able to propose on design-build task orders for which the firm or any of the firm's subcontractors has assisted the Government in the preparation of the design build RFP. Each discipline must have experience in the following areas: ARCHITECTURAL demolition, asbestos abatement, lead assessment and abatement, roofing systems, building structures, interior and exterior features and finishes, landscape design, architectural programming, graphics presentation (including photography and renderings) and physical planning. CIVIL/STRUCTURAL demolition and site preparation, industrial and sanitary waste water collection systems, water treatment and distribution systems, minor hazardous waste cleanup and removal, storm drainage systems, soils grading and associated work, roads, parking lots, fencing, playgrounds and associated type facilities, building cladding and framing systems, building foundation systems, structures and foundations for towers, platforms, catwalks, tanks, manholes, utility support systems and other such similar buildings, geotechnical studies/testing and associated work, topographic and boundary surveys, pier/bulkhead/quaywall structures and fender systems, marine sounding and surveys, corrosion surveys and studies, water intrusion studies and surveys, and underwater surveys on marine structures. MECHANICAL heating, ventilation, and air conditioning systems; industrial ventilation; energy analysis; control systems; steam and hot water boilers and converters; chilled and hot water distribution; compressed air and vacuum systems; medical gas; engine generator installations and other such mechanical systems. ELECTRICAL fire suppression and protections systems, interior and exterior electrical distribution systems up to 26.4 KV, transformers, substations, switch gear, interior and exterior lighting systems, intrusion detection systems and similar type electrical work. Design of these facilities will include all related mechanical and electrical utilities for roads, parking lots, concrete pavement, sidewalks, and general site improvements. The on-site data gathering and on-site schematic development processes may be used on these projects. Respondents should demonstrate their past performance and familiarity with this process through the use of in-house staff or outside consultants. Identify each team member's experience with respect to interactive conceptual design teams. In addition to services directly related to design, the following services may be required during the life of the contract: technical reports, studies, surveys, review of shop drawings, construction consultation, and construction inspection services, Title II inspection services, preparation of Operations/Maintenance manuals, and construction record drawing preparation. The existence of asbestos, lead paint or other hazardous materials affecting construction or required demolition in various project areas is possible. The A-E may be required to conduct comprehensive asbestos and lead paint surveys and provide designs which will provide for the removal and disposal of these hazardous materials in accordance with applicable laws and regulations. Firms unable to accept work that involves asbestos/lead paint and other hazardous materials need not apply. We will use the following criteria for selection listed in descending order of importance: 1. PROFESSIONAL QUALIFICATIONS: (a) Technical qualifications of the firm's design team members to design similar repair, alterations and new construction projects; (b) Experience in and knowledge of multi-discipline design projects; (c) Knowledge of Navy regulations through recent design experience; (d) Professional registration of each discipline's lead designer; (e) an engineer registered in the discipline of fire protection engineering with at least 5 years of full time fire protection experience; (f) a registered communications distribution designer (this is a new professional designation); (g) an engineer or architect with at least 10 years of roofing and waterproofing design experience and who is either a registered roofing consultant (RRC) who is certified by the Roof Consultant Institute (RCI) or is a certified roofing consultant (CRC) who is certified by the Institute of Roofing Waterproofing Consultants (IRWC); (h) an interior designer qualified by any of the following: NCIDQ, professional member of ASID, state registered, state licensed or is a registered architect who has 5 years experience in the practice of interior design; and (i) a registered civil or structural engineer with at least 5 years experience in wind and seismic design. 2. SPECIALIZED EXPERIENCE: (a) Recent multi-discipline experience of proposed design team, including consultants, in the design of repair, alteration and new construction projects; (b) post construction contract award services on similar projects to ensure design and construction quality; and (c) evidence of experience by both the firm and key personnel in comprehensive interior design, including space planning, prewired workstation specification and design, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations. 3. PERFORMANCE: Past performance on contracts with the Department of the Navy and private industry in terms of cost control, quality of work, and compliance with performance schedules. 4. CAPACITY: (a) Capacity of the firm and proposed design team to perform multiple projects concurrently; and (b) ability of the firm to sustain the loss of key personnel while accomplishing the work within the required time limits. 5. LOCATION: (a) Knowledge of probable site conditions; (b) knowledge of regulatory requirements that would affect projects; and (c) geographic location of the firm to ensure timely response to requests for on-site support. In order to expedite your firm's consideration by the committee, the following application data shall be substituted for Blocks 7, 8, 9 and 10 in the SF255: 1. PROFESSIONAL QUALIFICATIONS: Submit a matrix for each design team, including alternatives, that contains the following data about the member's assignment: Team member's name, firm name, office location, proposed team assignment, % time to be spent on this team, highest education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, number of years with the firm. Also, for project managers and team leaders, identify the number of teams (design, consultants, and joint venture partners) they have managed over the past three years. 2. SPECIALIZED EXPERIENCE: Provide a description of at least three germane, recent projects with clients for which team members provided a significant technical contribution. Work on these projects must have been done in the past five years. Indicate how each project is relevant to the work described herein. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and team member names shall be across the top row of the matrix. Also, describe team's experience with Autocad (latest release), the SPECSINTACT System, cost estimating using a government provided Work Breakdown Structures (WBS) system format using the "Success" program, and interactive conceptual design teams. 3. PERFORMANCE: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (designate your role: prime, consultant or joint venture partner). These ratings should be dated 1994 or later and should include those for joint venture partners and consultants. Provide a list of projects with construction value over $1 million managed by the proposed project manager(s), that started construction since Jan. 1994 and include the following data: client's contact, client's need date, design completion date, and final cost estimate compared to the contract award amount (note whether bid or negotiated). 4. CAPACITY: 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. Summarize your plan for starting project development in January 2001, and for simultaneously accomplishing design of multiple, large projects within one calendar year for approximately $10 million of construction value. 5. LOCATION: Provide a list of recent projects performed by the firm or joint venture partners and appropriate consultants in the areas encompassed by the contract. Also include the types of regulatory requirements involved with each project. At the selection interview, A-E firms slated 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, financial and credit references (include name and telephone numbers of officers at their financial institutions), and performance references other than Southern Division, Naval Facilities Engineering Command (include three or more with names and telephone numbers of the contract administrators). A-E firms which meet the requirements described in this announcement are invited to provide one submittal package including one original SF-255 and one original SF-254 to Southern Division, Naval Facilities Engineering Command, Field Office Jacksonville, Attn: Mrs. Mary Steely, P.O. 139, Naval Air Station, Jacksonville, FL 32212-0139. The SF-255 with attachments shall be limited to 25 pages, type size not smaller than 12-pitch font. Every page that is not a SF-254 will be included in the page count. Firms responding to this announcement by 4:00 PM Eastern Daylight Time on JANUARY 17, 2001 will be considered. If additional firms are needed for consideration, SF-254's already on file will be used. This is not a request for proposal. No facsimile (fax) applications will be accepted. Any inquiries (including submission of SF-255) should show title, location, and solicitation number on the outside of the envelope. This proposed contract is being solicited on an unrestricted basis. Any large business firms who are short-listed will be required to submit a subcontracting plan prior to being interviewed. The subcontracting plan shall address the planned potential for usage of small business, HubZone small business, small disadvantaged business, women-owned small business, historically black colleges and minority institutions. Before award of the contract, an acceptable Subcontracting Plan for Small Business and Small Disadvantaged Business in accordance with FAR Part 19.7 shall be submitted for incorporation into the contract. The small business size standard classification is NAICS 54133 ($4,000,000). IT IS A MANDATORY REQUIREMENT THAT THE CONTRACTOR BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION PRIOR TO SUBMITTING THE ABOVE PAPERWORK.
Record
Loren Data Corp. 20001215/RSOL003.HTM (W-348 SN508810)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on December 14, 2000 by Loren Data Corp. -- info@ld.com