Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 14, 2001 PSA #2807
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR TITLE II SURVEILLANCE AND INSPECTION SERVICES, VARIOUS LOCATIONS, ENGINEERING FIELD ACTIVITY, CHESAPEAKE

Notice Date
March 12, 2001
Contracting Office
Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901 M Street SE, Washington, DC 20374-5018
ZIP Code
20374-5018
Solicitation Number
N62477-01-D-0078
Response Due
April 13, 2001
Point of Contact
Contact Randolph Jones, POC, 202-685-3152
E-Mail Address
Randolph Jones, Point of Contact (rjones@efaches.navfac.navy.mil)
Description
This project is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is "541310", and the size standard is $4 million. The work includes Indefinite Quantity Contract (IDQ) for Architectural and Engineering (A/E) firms to provide surveillance and inspection services at various locations within the Engineering Field Activity Chesapeake (EFACHES) region -- Washington DC, VA and MD and make recommendations upon which the Resident Officer In Charge of Construction (ROICC) bases his acceptance of the work. Projects may include force protection requirements; copper, slate and built-up roofing; painting of elevated water tanks; removal and replacement of underground fuel oil tanks; massive concrete and heavily reinforced concrete walls and slabs; shallow and deep foundations; asphalt/concrete paving, various site work and utilities; medium and low voltage power distribution systems; and HVAC and plumbing systems. Familiarity with Sustainable Design through an integrated design approach is required. Familiarity with the metric system of measurement is required. The possibility of hazardous materials, i.e., asbestos, lead, lead paint, PCB's, and petroleum containing soil may exist at project sites. If these materials or other similar types of material are encountered, the Title II may be required to conduct hazardous material removal surveys, including testing and sampling. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A/E firm or their subcontractors. The services contain no authority to direct the construction contractor in any way. The ROICC will be responsible for and execute signature upon all correspondence and specific directives to the contractor. The A/E firm shall provide qualified personnel experienced in building inspection, construction, estimating, and scheduling. Qualified personnel shall be capable of reading construction contract drawings and specifications and expressing themselves both orally and in writing; must have a knowledge of building and construction crafts; and the ability to assess means and methods and equipment costs for contract modifications involving various types of construction, including; mechanical systems and commissioning, electrical systems and commissioning, plumbing, roofing, paving, drainage, structural systems, geotech, utilities, removal of underground storage tanks, removal and disposal of hazardous materials, investigating differing site conditions, evaluating potential changes to the construction contract, and short-term on-site specialty inspections, i.e., RF shielded enclosures, blast-proof enclosures. A minimum of three years building construction experience is required. For the Government to retain maximum flexibility in the interest of their clients, various services/products, such as technical reports, studies, site investigations, programming of client requirements, cost estimates and surveys may be required at any time up to final acceptance of all work. The selected A/E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 10 days after receiving the Request for Proposal. In addition, the selected A/E contractor will be required to participate in an orientation and site visit meeting (when requested) within seven days of notification for each project and provide each fee proposal within ten days after that meeting. Services for each project will be a firm fixed price A/E contract. The duration of the contract will be for the period of five years. Architectural and engineering services for these contracts will be subject to the availability of funds. The total contract amount for the contract will not exceed $5,000,000 . The estimated start is November 2001. Architectural and Engineering firms interested in providing these services shall respond directly to each of the selection criteria shown below. Selection evaluation criteria are included in relative order of importance. 1. PROFESSIONAL QUALIFICATIONS: (a) Technical competence of the firm, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete surveillance and inspection services and requirements described herein. (b) Demonstrated capabilities in accomplishment of work within established time limits for multiple and simultaneous delivery orders. (c) Certification as an American Society of Mechanical Engineers (ASME) Certified Boiler inspector and a Registered Roof Consultant (RRC). 2. SPECIALIZED EXPERIENCE: Recent experience of personnel in inspecting; (a) Repair, alteration, and construction projects; (b) Projects involving asbestos, lead paint, and other hazardous materials; (c) Boiler repair, renovation and alteration; (d) repair and construction of various types; (e) Projects containing explosion proof provisions; (f) Projects designed to DOD/Federal criteria, including projects incorporating Construction Quality Control (CQC) provisions; (g) Familiarity with construction scheduling, including automated software such as Primavera, and using cost control procedures. 3. PAST PERFORMANCE: Past Performance ratings of government agencies and private industry on contracts in terms of (a) experience with DOD contracts, and (b) familiarity with the Department of the Navy (NAVFAC) construction contracts. 4. CAPACITY: Status of the firm's and project team's present workload; Ability to provide services at multiple sites and sustain loss of key personnel while accomplishing inspection services. 5. PREFERENCES:(a) Preference will be given to firms within a 100 mile radius of Engineering Field Activity Chesapeake, Washington Navy Yard, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the projects. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms that meet the requirements listed in this announcement, are invited to submit one copy each of the completed Standard Forms (SF) 254 and SF 255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. Interested firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3 and 1, respectively. Interested firms are also requested to include their A/E Contractor Appraisal Support System (ACASS) number on the SF 255 in Block 3. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 and SF 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A/E firm's primary person proposed to be the direct contact with EFA CHES throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection review process. Submit the SF 254 and 255 to the mailroom in the EFA CHES building, Building 212, by 3:30 p.m. on the established due date. Electronic and fax copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Because this contract could eventually result in an award over $500,000.00, a subcontracting plan will be required by large business concerns. The small disadvantaged business goal in that subcontracting plan shall not be less than 5% of the subcontracted work. This goal of not less than 5% also applies to women-owned small business concerns. A subcontracting plan is not required from firms classified as a small business concern. Effective 1 October 1997, A/E contractors are now required to register their firms in the Central Contractor Registration database prior to receiving a contract award. This data base provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http//www.acq.mil/ec; through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code 02AE), Washington Navy Yard, Building 212, 1314 Harwood St., SE, Washington, DC 20374-5018.
Web Link
EFA Chesapeake Homepage (http://www.efdlant.navfac.navy.mil/efaches.htm)
Record
Loren Data Corp. 20010314/CSOL007.HTM (D-071 SN50F8W3)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 12, 2001 by Loren Data Corp. -- info@ld.com