|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1996 PSA#1562Florida Air National Guard, 125th Fighter Wing, 14300 Fang Drive,
Jacksonville, FL 32218-7933 C -- INDEFINITE DELIVERY/QUANTITY ARCHITECT/ENGINEER SERVICES Sol.
DAHA08-96-R-0005, DAHA08-96-R-0006. POC: Contracting Officer is MAJ
Gary Peterson, (906)823-0550. Two firms will be selected for this
solicitation, one for each of the two contracts described herein. No
firm will be awarded more than one (1) contract from this solicitation.
A separate submittal is required for each contract covered by this
solicitation. Firms shall indicate in Block 1 of their SF 255, the
contract number for which they wish to be considered. Work associated
with these contracts shall begin after October 15, 1996. The two
contracts shall be for professional A-E services necessary for the type
of projects and studies as described and ordered by the Florida Air
National Guard, Jacksonville, FL for the following contracts: (1)
Contract number DAHA08-96-R-0005 shall encompass
investigative/conceptual (Type A) services, design (Type B) services
and inspection (Type C) services for facilities and infrastructure
located in Jacksonville, FL, Patrick Air Force Base, FL, MacDill Air
Force Base, FL, Homestead Air Reserve Base, FL, and Camp Blanding,
Starke, FL. (2) Contract number DAHA08-96-R-0006 shall encompass
investigative/conceptual (Type A) services, design (Type B) services
and inspection (Type C) services for facilities and infrastructure
located in Jacksonville, FL, Patrick Air Force Base, FL, MacDill Air
Force Base, FL, Homestead Air Reserve Base, FL, and Camp Blanding,
Starke, FL. Contract DAHA08-96-R-0005 will be backed up by Contract
DAHA08-96-R-0006; Contract DAHA08-96-R-0006 will be backed up by
Contract DAHA08-96-0005. This is an A/E contract in which specific
delivery orders will be negotiated and issued as project requirements
are identified. The A/E firm may be required to perform architectural,
structural, mechanical, electrical and environmental designs for
construction and alteration of multi-use facilities. The A/E services
may require investigative/conceptual (Type A) services, design (Type B)
services and inspection (Type C) services. The maximum fee for any one
delivery order shall not exceed $150,000. The cumulative amount for
all delivery orders shall not exceed $750,000. The A/E should
anticipate designing for construction projects cost ranging as low as
$20,000 up to $1,500,000. This is an unrestricted procurement. The
following criteria (listed in descending order of importance) will be
used for the basis of 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 (a) an engineer registered in the discipline of fire
protection engineering with at least 5 years of full time fire
protection experience (b) an engineer or architect with at least 10
years of roofing and waterproofing design experience and who is
certified by either the Roof Consultant Institute (RCI) or Institute of
Roofing Waterproofing Consultants (IRWC). SUBMISSION FORMAT: Submit a
matrix for proposed team(s), including alternates, that contain the
following data about the member's assignment: Design team member's
name, firm name, office location, proposed team assignment, 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) performing
facility planning studies (including DD 1391 preparation and parametric
cost estimates) (b) designing training facilities, administrative
facilities, community facilities, maintenance facilities, airfield
pavements, and utility and ground improvements (c) designing projects
to Navy, Air Force, Army or other DOD agencies criteria (d) designs
using Autocad or Intergraph, SPECINTACT, and Cost Engineering using the
WBS and Means Cost Estimating Systems (e) on-site functional analysis
and on-site schematics, space programming and parametric cost
engineering and (f) evidence of experience of both the firm and key
personnel in federal acquisition process. SUBMISSION FORMAT: Provide a
description of at least 3 projects with client's references (point of
contact and phone number) for which team members provided a
significant technical contribution. Work on these projects 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 or
Intergraph, SPECSINTACT System, Means and parametric cost estimating.
3. PERFORMANCE. 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 1990 or later and should include those for joint venture partners
and consultants. Provide a list of relevant projects managed by the
proposed project manager(s), 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 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, the name of each design team
member, all team members' assignments, and the name of at least one
alternate for each key person. 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 in the
Jacksonville, FL, Starke, FL, Miami, FL, Tampa, FL and Cocoa Beach, FL
areas. 6. VOLUME OF DOD WORK. Firms 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. 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. 7. DEMONSTRATED SUCCESS IN PRESCRIBING THE USE OF RECOVERED
MATERIALS AND ACHIEVING WASTE REDUCTION AND ENERGY EFFICIENCY IN
FACILITY DESIGN. SELECTION INTERVIEW REQUIREMENTS: Prior to the
selection interview, A-E firms slated must submit their Design Quality
Assurance Plan (DQAP). This shall include an explanation of their
management approach and commitment to accomplishing numerous small
projects ($50,000) as well as large projects ($2,000,000), 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 (include 3 or
more with names and numbers of contract administrators). For
consideration, provide one submittal package to include 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 side), with print size not smaller than 12 pitch font. The
submittal package must be received no later than 30 days after the date
of this publication to: Florida Air National Guard, 125FW/CES (CPT
Michael Guarino), Bldg 28, 14300 FANG Dr., Jacksonville, Florida
32218-7933. Submittals received after this date will not be considered.
If additional firms are needed for consideration, SF 254's already on
file will be used. Include telefax numbers in Block 3a and Contractor
Establishment Code (formally the DUNS number), Commercial and
Government Entity (CAGE) Codes, if known, and Taxpayer Identification
Number (TIN) in Block 3 of the SF255. The CEC, CAGE and TIN are
discussed in the DOD FAR Supplement, Part 204, Subpart 204.671-5. This
is not a request for proposal. Site visits will not be arranged during
advertisement period. The proposed contract will be awarded for a one
(1) year period with an option to extend the contract for one (1)
additional year. Technical questions may be referred to CPT Michael
Guarino at (904)741-7590. (085) Loren Data Corp. http://www.ld.com (SYN# 0017 19960328\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|