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