Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1995 PSA#1315

Engineering Field Activity, Northwest, Naval Facilities Engineering Command, 19917 7th Ave. NE, Poulsbo, WA 98370-7570

R -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR CIVIL/STRUCTURAL PROJECTS AT NAVAL AIR STATION, WHIDBEY ISLAND SOL N44255-95-D-6071 POC Val Vitacolonna, Contract Specialist, (206) 396-0267, Patrick J. Donnelly, (206) 396-0256. DESCRIPTION: Firm fixed-price Architect-Engineer Services are required to support the Public Works Engineering Division, Naval Air Station, Whidbey Island, Oak Harbor, Washington, for preparation of engineering studies, analyses, reports and cost estimates as designated on individual delivery orders; preparation of final plans, specifications and cost estimates for designated construction projects; preparation of working drawings, cost estimates and descriptive text for projects to be accomplished by shop forces. The Government will require preparation of specifications using the ''SPECSINTACT'' or equivalent system and submission of the specifications shall be accompanied by electronic storage media. Drawings shall be submitted in AutoCAD Version 12 compatible format in accordance with Military Handbook 1006/7. Work involving asbestos, lead paint, hazardous waste, or pollution abatement may be encountered during the performance of the contract. Projects may be located in aircraft hangars, barracks, training facilities, administrative buildings, specialized military facilities, outside, subgrade or above ground. SELECTION CRITERIA: Prioritized selection criteria in descending order of importance are: (1) Professional qualifications of staff and consultants to be assigned to this contract and their respective vocational background in the design of the types of facilities discussed under criteria (2) below. List only the team members who will actually perform major tasks under these projects. Qualifications should reflect individual's potential contributions to the projects. In Block 4 of the SF-255 (Personnel by Discipline) show the entire proposed team by listing personnel employed by the prime contractor in the blanks provided and personnel from consultants to the left in parentheses. In Block 7 of the SF-255 indicate branch office location of each team member including key consultant's personnel. (2) Recent specialized experience and technical competence of the firm, including subconsultants, within the last 5 years in repair, maintenance, upgrade, and alteration projects. Typical types of projects include storm, water, and sewer systems, sewer and water treatment facilities, hazardous materials containment facilities, runways and taxiways, recreational facilities (ie. ballfields, running tracks), pier, boat dock, and dolphin designs, Pre-Engineered Buildings (PEB's), parking lots and lighting, roadways, oil/water separators, oil containment, underground tanks, piling, and studies for both repair and construction projects. Major importance will be attached to successful integration of new designs with existing and often old facilities. Successful design is based on reasonable cost, minimal change order rate, design that produces maintainable systems, design that meets the needs of the customer, proper identification of hazardous materials (asbestos, lead paint, etc.) during design, and design that minimizes outages and allows operations to continue to the maximum extent possible. Experience with life safety codes, fire codes, hazardous waste abatement, environmental regulations and their relationships to civil and structural design issues should be shown. Familiarity and routine use of a CAD system compatible with AutoCAD version 12 should be shown. Do not list more than 10 projects in Block 8 of the SF 255; projects listed should have been completed within the last five years. Indicate which consultants, if any, from the proposed team, participated in the design of each project. (3) Design Quality Control Program. Provide information describing the quality control program and key procedures including coordination of subcontractor's quality control program. Include documentation that demonstrates successful application of the quality control program for previous projects similar to those discussed in criteria (2) above. (4) Past performance on contracts of a similar nature, as discussed in criteria (2) above, with government agencies and private industry in terms of cost control and compliance with performance schedules. Show representative examples of bid prices compared to A/E estimates on recent projects from the planning stage to bid. Show cost control measures taken and office procedures used to ensure design is within boundary limits. List the results of 3 to 5 of the projects identified in response to criteria (2) above. List recent awards, commendations and other performance evaluations. (5) Capacity to accomplish the work in the required time limits of each project. Demonstrate the ability to complete several complex multidisciplinary delivery orders concurrently (i.e. the impact of this workload on the firm's permanent staff, projected workload during the contract period, the firm's history of successfully completing work in compliance with performance schedules, and the firm's history of providing timely submittals). Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract period. (6) Knowledge of the locality of the project. Demonstrate knowledge of the locality of the areas included in this contract. *** Note: Criteria numbers (7) through (9) shall be used as secondary evaluation factors should the application of criteria numbers (1) through (6) result in firms being ranked as equals. *** (7) Location of the firm in the general geographic area, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (8) Use of small or disadvantaged or women-owned business firms as primary consultants or as subcontractors (9) Volume of work previously awarded by the DoD to the firm. This information shall be recorded in Block 9 of the SF-255 by listing the total amount of prime DoD fees awarded for the previous 12 months. GENERAL INFORMATION: The proposed procurement will result in the award of one fixed price indefinite quantity contract. The contract provides for one base year not to exceed $500,000.00 and one option year not to exceed $500,000.00 which may be unilaterally exercised by the Government. The contract shall have a minimum guarantee of $25,000.00 for the base year and $25,000.00 for the option year if exercised. The maximum value of delivery orders issued under the contract shall be $200,000.00. Qualified firms desiring consideration shall submit one copy of an SF-254, an SF-255 including organization chart of key personnel to be assigned to this contract and each subconsultant's current SF-254 to Ms. Val Vitacolonna, Code 0211VV, 19917 7th Ave NE, Poulsbo, WA 98370 not later than Close of Business (4:00 p.m. local time) 30 days (first work day following a weekend or holiday) after publication in the Commerce Business Daily. Failure to submit the aforementioned items and the amount of DOD fees awarded to the firm will reflect negatively on the firm's submittal during the evaluation process. Discuss why the firm is especially qualified based on the selection criteria in Block 10 of the SF-255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in Block 8 and list which office is under contract for any contracts listed in Block 9. Use Block 10 of the SF-255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Firms which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Telegraphic and facsimile SF-255's will not be accepted. Site visits will not be arranged during the submittal period. Debriefing requests will not be entertained prior to 45 days after the SF 254/255 submittal due date. This project is open to all business concerns. No additional technical information is available. This is not a request for proposals. (0088)

Loren Data Corp. http://www.ld.com (SYN# 0096 19950330\R-0011.SOL)


R - Professional, Administrative and Management Support Services Index Page