|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1995 PSA#1492COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING
COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 10068, NORTH CHARLESTON,
SC 29419-9010 C -- INDEFINITE DELIVERY REQUIREMENTS (IDR) FOR A-E SERVICES FOR
MEDICAL/DENTAL FACILITIES LOCATED IN THE SOUTHERN DIVISION AOR SOL
N62467-96-R-0800 DUE 011796 POC Admin Questions: Ms. Frances J.
Mitchell, (803) 820-5749 Work includes A-E services for medical/dental
facilities located in the Southern Division area of responsibility (26
state coverage). The work encompasses all types of new and existing
facilities and includes project planning and development, preparation
of plans in Autocad Release 12 or higher, specifications using
SPECSINTACT System, and cost estimates using a government-provided Work
Breakdown Structures (WBS) system format using the ''Success'' program.
The following services may be required: study-design packages,
design-build packages, collateral equipment lists, Project Books
(facility studies), Deficiency Tabulation Studies (DEFTABS), Fire
Safety Evaluation Studies (FSES), Facility Utilization Studies (FUS),
update of standard Medical/Dental layout design plates, project
preliminary hazard analysis, obtaining permits and regulatory
approvals, comprehensive interior design, contractor submittal review,
construction field inspection and consultation, Title II Inspection,
Operation & Maintenance Support Information (OMSI), and as-built
drawing preparation. Not included under this contract are services
involving petroleum, oils and lubrication (POL) facilities, family
housing, forensic investigations, value engineering studies, Navy
Environmental Compliance Account (NECA) studies and National
Environmental Protection Act (NEPA) studies that will not result in
plans and specifications, land management and comprehensive planning
studies, and studies/designs that are considered exclusively for either
fire protection or moisture intrusion. Design services for
medical/dental facilities with construction values over $1M will NOT be
included until 7-14-96. In the event that a selected A-E can not
perform his duties under the terms of the contract due to quality,
workload, negotiation or any other problems, the government may elect
to utilize another ''base-specific'' IDR for design of medical/dental
services. In addition, this contract may back up another contract. Some
projects will require desig in the metric system. Firms must be able to
accept project-related work that requires comprehensive asbestos/lead
paint survey and provide a design that will support the removal,
demolition and disposal of these and other hazardous materials in
accordance with applicable laws and regulations. This contract may used
agreed-to fee schedules and may include additional ordering agents.
Contract award is contingent upon availability of funds. The
anticipated 5-year value of CONSTRUCTION for this contract is between
$40- 50M. The contract period is one (1) year with four (4) one-year
options for the complete services described above. The following
criteria (listed in descending order of importance) will be used for
selection. The format for responding to each criteria shall be as
indicated in lieu of completing Blocks 7, 8, 9 and 10 in the SF 255. 1.
PROFESSIONAL QUALIFICATIONS: Technical competence by discipline
(education, registration and experience) of individual design team
members which must include, in addition to the traditional disciplines,
an engineer registered in the discipline of fire protection engineering
with 5 years of full- time experience, a registered communications
distribution designer (this is a new professional registration), an
engineer or architect with a minimum of 10 years roofing and
waterproofing design experience, a registered landscape architect, and
an interior designer registered by either the National Council of
Interior Design Qualifications (NCIDQ) or National Council of
Architectural Registration Board (NCARB). SUBMISSION FORMAT: Submit a
matrix for proposed team(s), including alternates, that contains the
following data about the member's assignment - Design team member's
name, firm name, office location, proposed team assignment, % time to
be spent on this team, highest education level/discipline (example: BS,
mechanical engineering), states of professional registration, number of
years of professional experience and number of years with the firm.
Also, for project managers and team leaders, identify the number of
teams (design, consultants and joint venture partners) they have
managed over the past three years. 2. SPECIALIZED EXPERIENCE: Recent
experience (within the past 5 years) of design team members
individually AND collectively as a total team (A-E, Client, Outside
agencies) in a) Planning medical and dental facilities; b) Designing
medical and dental acilities; c) Designing projects to Navy, Air Force,
Defense Medical Facilities Office (DMFO), or other DOD agencies'
criteria; d) Designs using Autocad, SPECSINTACT, and NAVFAC cost
estimating; e) On-site functional analysis and on-site schematics,
space programming and budgetary cost engineering; and f) Evidence of
experience of both the firm and key personnel in comprehensive interior
design and knowledge of the federal acquisition process. SUBMISSION
FORMAT: Provide a description of at least 3 projects with clients'
references (point of contact and phone number) for which team members
provided a significant technical contribution. Work on these projects
must have been done in the last 5 years. Indicate how each project is
relevant to the work described herein. In matrix form, identify which
team members worked on the projects described above. Projects shall be
in the left column and team members' names shall be across the top row
of the matrix. Also, describe the firm's experience with Autocad,
SPECSINTACT System and NAVFAC cost estimating. 3. PERFORMANCE: a) Past
performance ratings by government agencies and private industry with
respect to work quality, performance, compliance with schedules and
cost control. SUBMISSION FORMAT: Provide a tabular listing of all
excellent performance ratings and letters of commendation from both
private and DOD clients (designate your role: prime, consultant or
joint venture partner). These ratings should be dated 1991 or later and
should include those for joint venture partners and consultants.
Provide a list of projects of various sizes, managed by the proposed
project manager(s), that started construction since Jan 1991 and
include the following data: client's contact, client's need date,
design completion date, and final cost estimate compared to the
contract award amount (note whether bid or negotiated). 4. CAPACITY: a)
Capacity of the firm and project teams to accomplish multiple, large
and small projects simultaneously; and b) Ability to sustain the loss
of key personnel while accomplishing work within required time limits.
SUBMISSION FORMAT: Submit an organizational chart with the following
information: Principal point of contact, project manager, team leaders,
name of each design team member, all team members' assignments, and the
name of at least one alternate for each key person. Summarize your plan
for starting project development in Jauary 1996 and for simultaneously
accomplishing design of multiple projects (5) within one calendar year
for approximately $30 million of construction value. 5. LOCATION: a)
Knowledge of local site conditions and applicable regulatory
requirements; and b) Ability of the firm to ensure timely response to
requests for on-site support. SUBMISSION FORMAT: Provide a list of
recent projects performed by the firm or joint venture partners and
appropriate consultants. 6. VOLUME OF DOD WORK: Firm will be evaluated
in terms of work previously awarded to the firm by DOD within the past
twelve months with the objective of effecting an equitable distribution
of contracts among qualified A-E firms including small and small
disadvantaged business firms and firms that have not had prior DOD A-E
contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION:
Firms will be evaluated on the extent to which they commit to using
small business, small disadvantaged business, historically black
colleges and universities, or minority institutions in performance of
the contract, whether as a joint venture, teaming arrangement, or
consultant. If the successful firm is a large business, they will be
asked to provide a formal subcontracting plan in accordance with FAR
52.219-9, Small Business and Small Disadvantaged Business
Subcontracting Plan, prior to award. SELECTION INTERVIEW REQUIREMENTS:
At the selection interview, A-E firms slated for interviews must
submit their Design Quality Assurance Plan (DQAP): including an
explanation of their management approach and their commitment to a
quality philosophy, specific quality control process, a portfolio of
planning studies and design work (both new construction and upgrades to
existing facilities); a listing of present business commitments with
their required completion schedules; financial and credit references
(include name and telephone numbers of officers at their financial
institutions); and performance references other than Southern Division,
Naval Facilities Engineering Command (include 3 or more with names and
telephone numbers of the contract administrators). For consideration,
provide one submittal package for each contract for which you wish to
be considered, including an original SF 255 and SF 254 for the prime
and an SF 254 for each consultant proposed. The SF 255 with attachments
shall be limited to 25 pages (8.5 x 11'' one sided), with print size
not smaler than 12 pitch font. Every page that is not an SF 254 will be
included in the page count. The submittal package(s) must be received
in this office not later than 4:00 P.M. EASTERN TIME on WEDNESDAY,
JANUARY 17, 1996. Submittals received after this date and time will not
be considered. If additional firms are needed for consideration, SF
254s already on file will be used. Include telefax numbers in Block 3a,
and Taxpayer Identification Number (TIN) in Block 3. Label lower right
corner of outside mailing envelope with ''A-E Services, 96-R-0800''.
This is not a request for proposal. Site visits will not be arranged
during advertisement period. ADDRESS ALL RESPONSES TO ATTN: CODE
0213FM. (0348) Loren Data Corp. http://www.ld.com (SYN# 0019 19951215\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|