|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1997 PSA#1923Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 C -- IDR ROOF MOISTURE SURVEYS SOL N62467-97-R-1025 DUE 100697 POC Ms.
Frances J. Mitchell (803) 820-5749 One firm will be selected for this
solicitation. The contract shall be for specialized roofing
inspections, moisture intrusion investigations, preparation of plans
and specifications, and construction support for roofing construction
and repairs at various locations in the Southern Division area of
responsibility (AOR), the Bahamas, Eleuthera Island, and Ascension
Island. Required services include: comprehensive visual roof condition
surveys; moisture intrusion investigation of roof and wall systems:
roof moisture detection using infrared, nuclear, and capacitance
equipment as required; roof defect identification and failure
investigations; comprehensive inspections and moisture survey reports
and documentation; moisture contour and location maps; roof deficiency
maps and drawings; development of roof management plans; preparation
of Step II documentation or other documentation required for funding
approval; design services for roof repairs/or replacement and
associated work. Design services include preparation of drawings,
specifications, design calculations and detailed construction cost
estimates for roofing construction and repair, and moisture intrusion.
Other services include amendments, field inspection of construction,
consultation, preparation of as-built drawings, and asbestos material
identification and sampling. The A-E may be required to conduct a
comprehensive asbestos/lead paint survey and provide a design, which
will support the removal and disposal of hazardous materials with
applicable laws and regulations. Firms must be able to accept work,
which involves asbestos, lead paint and hazardous materials. Firms must
be able to mobilize within 48 hrs of notification to sites prior to
delivery order award to meet emergency support requirements of SODIV.
The contract shall be for professional services necessary for any
specialized roofing and moisture intrusion projects and studies ordered
by the Southern Division, Naval Facilities Engineering Command,
Charleston, SC, in the following states: NC, SC, GA, FL, AL, MS, LA,
TN, AR, TX, OK, KY, IL, MI, KS, CO, WY, NE, SD, ND, IA, MO, WI, IN, OH,
MN, the Bahamas Islands, Eleuthera Island, and Ascension Island. The
contract award is contingent upon availability of funds. The contract
period is one year with four one-year options for the complete services
described above. The total maximum contract shall not exceed $2,500,000
(approximately $500,000 per year). Selection Criteria: The following
criteria (listed in descending order of importance) will be used for
the basis of selection. The format for responding to each criterion
shall be as indicated herein 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
moisture intrusion team members. Specific consideration will be
directed to the education, experience, and professional registrations
of the engineers, architects, roofing specialists on the team. It is
expected that teams submitting for consideration for this contract will
specialize in roofing/moisture intrusion and have, as a minimum, the
following qualified individuals: registered structural engineer;
registered architect; registered roofing consultant (RRC) or certified
roofing consultant (CRC), and registered roofing observer (RRO).
SUBMISSION FORMAT: Submit a matrix for proposed team(s), including
alternates, that contains the following data about the member's
assignment: 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, discipline in
which registration or certification was obtained), states of
professional registration and engineering field which registration was
obtained, 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 moisture intrusion engineering
inspection and studies including: 1) Conducting comprehensive roof
condition surveys of various types of roofing systems; 2) Moisture
intrusion investigation of roof and wall systems; 3) Design of roof
repairs and replacements; 4) Preparation of roof management plans with
emphasis on large roof inventories; 5) Failure investigations; 6) Post
construction contract award services; Report preparation skills; 7)
Demonstrated ability to implement and utilize roof management programs;
(b) designing projects to Navy, Air Force, or other DOD agencies
criteria; (c) Familiarity with designs using Autocad or Intergraph,
SPECSINTACT, and cost engineering using the WBS (Work Breakdown
Structure) systems and the "Success Estimating and Cost Management
System"; (d) evidence of experience ofboth the firm and key personnel
in knowledge of the related federal acquisition process. SUBMISSION
FORMAT: Provide a description of at least three projects with client
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 or
Intergraph, SPECSINTACT System and parametric cost engineering. 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 1991 or later and should include those for joint venture partners
and consultants. Provide a list of projects of various sizes, managed
by proposed project manager(s), that started construction since January
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 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. 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 in the enumerated 26 state area. 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. 7. JOINT VENTURE, TEAMING
OR SUBCONTRACTOR UTILIZATION: Firms will be evaluated on the extent to
which they commit to using Small Businesses, Small Disadvantaged
Businesses, 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 firmis
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: 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 (<$1M) as well
as large projects (>$1M), 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 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 (8.5x11 one side), with print size not smaller than 12
pitch font. The submittal package must be received in this office not
later than 4:00 P.M. EASTERN TIME on MONDAY, 06 OCTOBER 1997.
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 FAX number(s) in Block 3a and Contractor
Establishment Code (formerly the DUNS number), Commercial and
Government Entity (CAGE) Codes, if known, and Taxpayer Identification
Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the
DOD FAR Supplement, Part 204 Subpart 204.671-5. For each contract,
label lower right corner of outside mailing envelope with "A-E
Services, 97-R-1025". This is not a request for proposal. Site visits
will not be arranged during advertisement period. Address all responses
to ATTN.: Code 0213FM (0245) Loren Data Corp. http://www.ld.com (SYN# 0016 19970904\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|