Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 9, 2001 PSA #2888
SOLICITATIONS

C -- MISCELLANEOUS ARCHITECTURAL/INTERIOR DESIGN AND ENGINEERING SERVICES

Notice Date
July 5, 2001
Contracting Office
Officer In Charge of Construction, Bldg 2004, PO Box 1855, Quantico, VA 22134-0855
ZIP Code
22134-0855
Solicitation Number
N62477-D-1005
Response Due
January 8, 2006
Point of Contact
Debbie R. Lockett (703) 784-5462
E-Mail Address
LockettDR@efaches.navfac.navy.mil (LockettDR@efaches.navfac.navy.mil)
Description
Miscellaneous Architectural/Interior Design and Engineering Services are required to cover a broad range of architectural engineering designs for maintenance, repair and construction projects at the Marine Corps Base (MCB) Quantico. An open-end contract will be issued for a period of one year with three (3) one-year extension option that may be exercised by the Government. If exercised by the Government, the A&E will receive official notice within 60 days prior to the end of the first year. The estimated contract amount will not exceed $500,000.00 for each year. Individual fees for any delivery shall range from approximately $10,000.00 up to $250,000.00. The Government obligates itself to obtain a minimum of $25,000.00 in services during the term of base period. Each delivery order, or project, will be a firm fixed price A&E contract. Estimated construction cost for each project will be approximately $100,000.00 to $3,000,000.00. The average construction cost is expected to be around $800,000.00. A possibility of Multiple Award could result from this announcement. Work consists of preparing detailed plans, specifications, calculations, cost estimates, and supporting documentation for design and performing associated engineering services. Documents shall be provided on electronic media as well as paper copy. Consultation, and review of shop drawings and contract submittals will also be required. Specialized studies and engineering evaluations may be required. Interior design services may also be required. Initial Project includes replace existing double hung windows with new aluminum energy efficient windows in Buildings 2006 and 2008. Provide design and engineering services, all construction contract documents, and all other documents indicated herein, required to replace windows in Buildings 2006 and 2008 and incidental related work, as defined by this scope of work. All work shall be provided in accordance with the requirements specified herein and all applicable federal, state and local laws, regulations, permits, codes and directives. Drawings and other information concerning the building sites will be made available to the A&E for review. This information is furnished for reference only, and the Government makes no guarantee as to the accuracy, legibility, or content of this information. Contract documents must be organized into a base bid and additive bid item or options by buildings, such that the total does not exceed $783,000.00. Firms responding to this announcement before the closing date will be considered for selection. Following an initial evaluation of the qualification and performance data submitted, firms considered to be the most highly qualified to provide the type of service required, will be chosen for interviews. Interviewed firms may be required to provide examples of their work. Selection of firms for negotiations shall be through an order of preference based on the demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. THE NAICS CODE FOR THIS ANNOUNCEMENT IS 541310 WHICH STATES THE BUSINESS SIZE STANDARD TO BE CONSIDERED A SMALL BUSINESS IS A MAXIMUM OF $4.0 MILLION OF AVERAGE ANNUAL RECEIPTS FOR ITS PRECEDING 3 FISCAL YEARS. ALL INTERESTED ARCHITECT-ENGINEERS ARE REMINDED THAT IN ACCORDANCE WITH THE PROVISIONS OF P.L. 95-507, THEY WILL BE EXPECTED TO PLACE SUBCONTRACTS TO THE MAXIMUM PRACTICABLE EXTENT CONSISTENT WITH THE EFFICIENT PERFORMANCE OF THE CONTRACT WITH SMALL AND SMALL DISADVANTAGED FIRMS. MCB, Quantico covers an area approximately 60,000 acres. There are over 1200 permanent buildings built between 1920 and 2000. Portions of the base are in historic districts. Types of facilities includes barracks, BEQ's, BOQ's, administrative, dining, training, service, schools, family housing, recreational, medical/dental clinic, range buildings, airfield buildings and hangars, other military support facilities (such as OCS, armories, prisons and similar structures). Most heating is provided central heating plants producing high temperature water or steam. In addition, the base operates water and wastewater treatment plants for service to the base. MCB owned utilities include natural gas, electrical power, water and sewer. There are also gasoline and fuel oil handling and storage areas. The selection criteria in the relative order of importance are:(1) PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services; a) Provide the professional qualifications of all proposed staff, architects, landscape architects, engineers, interior designers; b) A Project Manager is to be assigned to this contract. The Project Manager must be professionally registered; c) Provide professional qualifications of all proposed consultants; d) Provide the length of employment with the firm, of all proposed personnel; e) Provide information on other professional affiliation. (2) SPECIALIZED EXPERIENCE and technical competence in the type of work required; a) Firms must demonstrate specialized experience on DOD installations, or similar type facilities, for a wide variety of architectural works and interior design type projects in the price range given above and for a diversity of applications. Projects shall include studies, new construction, maintenance, and repair for the various facility types and facility/Base support systems and plants indicated above. In order to qualify, all firms shall provide a detailed listing of related projects they have performed which demonstrate competence in the specialties sought. Projects submitted can be those performed for state and local government or private firms. Each project listed shall provide the following information: Date project awarded and duration; Project title; A single paragraph description of the project; Original design fee amount; Estimated project construction cost (if applicable, any change order(s) awarded, description/value); Primary staff involved in project; Owner, Point of Contact, and telephone number. Some of the project/assignments which are envisioned to be awarded under this contract are as follows: Architectural Roof replacement and repairs. Repair and Renovation of existing buildings. Improvements and additions to existing buildings. New facilities. Projects involving Americans with Disabilities Act (ADA), Uniform Federal Accessibility Standards (UFAS) and Life Safety Code. Historical Structures. Interior Designs. B) Demonstrate experience with NAVFAC, DOD, and DOE design manuals, design criteria and specifications; c) Demonstrate specialized experience with NEPA documentation, Life Cycle Cost Analysis and energy conservation methods; d) Demonstrate experience in hazardous material testing and abatement, including lead based paint, asbestos and PCBs; e) Demonstrate experience with design for the physically impaired, life safety, elevators, and anti-terrorist design. (3) CAPACITY of the firm to accomplish the work in the required time; a) Show capacity, either in-house or through consultants, to perform architectural, interior and associated design work; b) List other DOD IDQ design contracts. Provide the value, the number of options, and the start and finish dates; c) Explain how work under this contract will integrate with the firm's workload. (4) PAST PERFORMANCE on contracts with Government agencies and private industry in terms of cost control, and compliance with performance schedules; a) Demonstrate how design costs, design schedules, and construction budgets have been managed. Use examples of actual project similar in size and type, to the work required on this contract. Provide examples of accelerated projects and projects constrained by government fiscal year time lines; b) Provide information comparing original construction budgets to bid costs to final construction costs; c) Describe your cost estimating system. (5) LOCATION in the general geographical area of the project and knowledge of the locality of the project; a) Demonstrate knowledge and experience working with the Federal, State and local regulatory agencies that have cognizance over designs at MCB Quantico, an example is the Virginia Department of Environmental Quality; b) Demonstrate knowledge and experience working with local utility providers serving the MCB to include, electrical power, water and natural gas; c) State the location of all offices of the firm to be utilized for this contract and what type and percent of work will be done at each. (6) QUALITY CONTROL including performance of quality control on prior to contracts; a) Describe current methods for quality (QC) control of designs. Detail how these methods has been improved the quality of designs. Note specific cases of errors or omissions which the firm's QC methods have corrected. Describe how the firm's QC has been improved over time; b) Describe how review comments are managed; c) Explain which CADD systems are used and which drawing standards are followed; d) describe and demonstrate how the firm manages client input. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to, Officer in Charge of Contracts, Building 2004, Mann Hall, Barnett Avenue, Room 211, Code 20, P O Box 1855, Marine Corps Base, Quantico, Virginia 22134-0855. On SF 255, block 3b, provide the firm's ACASS number. For ACASS information call (503) 808-4605. On block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project (project manager, architect, design engineer, etc.) and identify where the team member is located if different from SF 255, block 3b. On block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. On block 10 of the SF 255, provide the design quality management plan. Responses received by 06 August 2001 at 3:00 PM will be considered for selection. If the closing date is a Saturday or Sunday or Federal Holiday, the deadline is the 3:00 PM on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A&E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 24 and 26.
Record
Loren Data Corp. 20010709/CSOL003.HTM (W-186 SN50Q9R2)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 5, 2001 by Loren Data Corp. -- info@ld.com