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