Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1995 PSA#1374

Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095, Attn: Facilities Contracting Department, A&E Management Division, Code 022

C -- A&E DESIGN SERVICES FOR WHOLEHOUSE/SITE REPAIRS TO NAVY FAMILY HOUSING AT WILLOUGHBY BAY, NAVAL BASE, NORFOLK, VA Sol N00187-95-R-7657. Contact Mr. Robert A. Lemon, P.E., Contracting Officer, 804/444-4200. Architect-Engineering services are required for the preparation of plans, specifications, cost estimates, related studies and all associated engineering for wholehouse/site repairs and alteration of Navy Family Housing at Willoughby Bay, Naval Base, Norfolk, VA. The type of contract is firm fixed price. The firm must demonstrate qualifications (with respect to the evaluation factors stated herein) to prepare complete contract documents for repair and alteration of approximately 417 housing units. There are 96 2-bedroom units, 257 3-bedroom units and 64 4-bedroom units which are to be repaired or altered. Four 2-bedroom units, thirteen 3-bedroom units and six 4-bedroom units will be demolished. The construction will be in 2 phases, but design will include both construction phases. The estimated construction cost of both phases is $28,000,000-$32,000,000. Typical repair/alteration work may consist of: repair/replacement of kitchen cabinets, countertops and sinks; installation of dishwashers and range hoods; installation of bathroom vanities and exhaust fans; repair/replacement of interior doors, storm doors and front and rear entrance doors; replace all interior wall finishes; plumbing and replacement of hot water heaters and all plumbing fixtures; installation of sprinkler system; repair/replacement of the electrical system and replacement of service mains, exterior and interior light fixtures and service panels; replacement of primary and secondary distribution lines underground; repair/replacement of roofs; entrance enhancements; replacement of metal siding with vinyl siding and trim; repair/replacement of flooring; HVAC repairs and replacement of condenser units; repair/replacement of sidewalks, driveways and parking lots; repair and resurface roads; construct some new roads; installation of storm sewer system; installation of landscaping; installation of concrete patio slab; provide screening around patio and air conditioning equipment; replacement of storage sheds; construction of playgrounds and additional parking; repair/replacement of community signage; repair/replacement of site furnishings including bus shelters, trash receptacles, benches, and street lights and installation of an irrigation system for the community landscaping. Also, included is the demolition of the existing community center/housing office and the construction of a new support facility to include a housing office, community center and self-help store. This list is not all inclusive and additional items and/or deletions may occur. The Government reserves the right to award construction inspection services. The firm must demonstrate its and each key consultant's qualifications with respect to the established evaluation factors as stated herein. Evaluation factors (1) through (5) are of equal importance. Evaluation factors (6), (7) and (8) are of lesser importance, but will be used in the selection, especially if one or more firms are essentially equallly qualified for Factor (1) through (5). Evaluation factors are: (1) Professional qualifications and technical competence of the design team: Evaluation will be made in terms of: (a) Design team (includes consultants) experience in the design of repair/alteration of Navy family housing units similar to that anticipated on this contract and described herein. (b) Design team's knowledge of the general area of Naval Base Norfolk in terms of codes, laws, permit requirements, construction materials, general practices, topography and subsurface conditions, as demonstrated by previous experience. (c) Design team's members active professional registrations and/or certifications in their individual area of practice. (d) Designated role of each team member in the relevant projects listed in Block 8 of the SF 255 (if the firm has multiple office locations, the location of the design team members must be identified) (also, if several offices will contribute to the design team and one particular office will serve as the project office, explain how the various team members will perform and coordinate the tasks required, if they are not all relocated to the project office during the performance of this contract). (e) Specific back-up personnel (include consultants) and their qualifications regarding Navy family housing repairs similar to that described herein. (2) Firm qualifications: Evaluation will be made in terms of: (a) Recent experience of the firm the design of repair/alteration of Navy family housing projects similar to that anticipated on this contract and described herein. (b) Involvement of management personnel and their role in this contract and their continuity/longevity with the firm. (c) AutoCAD Release 12 or higher format capability. (3) Demonstrated ability to complete the design in eight (8) months after contract award (includes 60-90 days of Government review). This assumes a contract award by December 1995 and design completion by August 1996. Give examples of similar size and type of designs completed in the same or shorter timeframe. (4) Past performance: Firms will be evaluated in terms of: (a) Cost estimating ability as demonstrated by comparison of design cost estimates vs low bids on similar family housing projects. (b) Ability/experience in preparing cost estimates in the computerized CES format and specifications using SPECSINTAC. (c) Experience with designs involving metric measure. This project will be designed in metric. Give examples of the projects the firm and team members have been involved in using metric units. (d) Demonstrated long term relationships and repeat business with the Government and private customers. (e) Performance awards received. (5) Quality control program: Firms will be evaluated on the acceptability of their quality control program used to ensure technical accuracy and discipline coordination of plans, specifications and reports. Provide an adequate summary of the program, do not submit a copy of the entire program. (6) Firm's geographical location: Firms will be evaluated on geographic location as regards to accessibility to Naval Base Norfolk and their demonstrated ability to respond to the demands of this contract in the timeframe required, provided that application of this factor leaves an appropriate number of qualified firms for consideration. (7) Volume of work: Firms will be evaluated in terms of work previously awarded by DoD with the objective of effecting an equitable distribution of DoD A&E contracts among qualified firms including small disadvantaged business firms and firms having no prior DoD contracts. (8) Primary consultants and sub-contractors: Firms will be evaluated on their use of small or disadvantaged or women-owned business firms as consultants or sub-contractors. This ends the evaluation factors. The contract scope may require evaluation and definition of asbestos material and toxic waste disposition. Fee negotiations will provide for laboratory testing. firms responding to this announcement must be prepared to accept the above as a part of their contract responsibility. A&E firms meeting the requirements described in this announcement are invited to submit completed current Standard Form 254 (unless already on file with this Command with the past 12 months) and Standard Form 255, U.S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255 discuss why the firm is especially qualified based on each evaluation factor given herein. All information must be included with the SF 254 and SF 255. Cover letters, binding and covers, and other attachments are discourage and will not be considered in the evaluation process. Firms responding to this announcement by close of business 3:45 EDT, 31 July 1995, will be considered. Firms responding should submit only one copy of the qualifications package. Neither hand carried nor facsimile responses will be accepted. This proposed contract is being solicited on an unrestricted basis, therefore, replies to this announcement are requested from all business concerns. Before award of the contract, the A&E firm, if not a small business concern, shall agree in the contract, by incorporation of an acceptable small business and small disadvantaged business subcontracting plan per FAR Part 19.7, that small business concerns and small disadvantaged business concerns shall have the maximum practicable opportunity to participate in this contract consistent with its efficient performance. The small business size standard classification is SIC 8712 ($2,500,00). This is not a request for proposals. Inquiries concerning this contract must mention location and contract number. See Note 24. (167)

Loren Data Corp. http://www.ld.com (SYN# 0013 19950622\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page