Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12,1997 PSA#1929

OIC/OICC, EFA NW Field Office, Puget Sound Naval Shipyard, Code 910C, 1400 Farragut Avenue, Bremerton, WA 98314-5001

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT/ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT PUGET SOUND NAVAL SHIPYARD AND TENANT ACTIVITIES SOL N44255-97-D-4741 DUE 101597 POC Lucille Leu Contract Specialist (360) 476-2611/ Wanda Edwards Contracting Officer (360) 476-2427 WEB: Lucille Leu, Lucille Leu. The resulting contract shall be for an indefinite quantity contract to support the Facilities and Maintenance Department's Engineering Division in the preparation of engineering studies, analysis, reports and cost estimates as designated; preparation of final plans, specifications and cost estimates for designated construction drawings, cost estimates and descriptive text for projects to be accomplished by shop forces; preparation of drawings and delivery of drawings on electronic storage media in a format compatible with AutoCAD, release 12, or MicroStation 95; preparation of computer automated specifications using SPECINTACT will be required; and preparation of asbestos, hazardous waste, or pollution abatement related designs (as necessary). The work will be accomplished for projects located at the Puget Sound Naval Shipyard and tenant activities. Selection will be based on the following prioritized criteria which are numbered in order of importance: (1) PROFESSIONAL QUALIFICATIONS of the staff and consultants to be assigned to this contract which are necessary for satisfactory performance of the type of work requirements listed in criteria (2). In block 4 of the SF 255 (Personnel by Discipline), show the entire proposed team by listing personnel employed by the prime contractor in the blanks provided and personnel from consultants to the left in parenthesis. In block 7 indicate the branch office location of each team member; (2) SPECIALIZED EXPERIENCE of the staff and consultants to be assigned to this contract within the last five years in studies and designs on Architectural projects involving a) space planning; b) small-scale building construction, renovation, addition, and repair; c) roof repair and replacement; d) energy, life safety, and building code upgrades; e) interior and exterior painting of industrial, administrative, and residential buildings; and f) site improvement; (3) PAST PERFORMANCE on similar projects with Government agencies and private industry; (4) DESIGN QUALITY CONTROL PROGRAM provide information detailing the Quality Control Program for managing the quality of the documentation and preparation of work performed by the firm and its consultants. Include documentation that demonstrates successful application of the Quality Control Program on projects similar to those listed in criteria (2); (5) COST CONTROL EFFECTIVENESS of the firm on similar projects. Include documentation of any value engineering involvement and how cost control is applied to small projects; (6) PROFESSIONAL CAPACITY of the firm to accomplish the volume of work within the time limits of each task order. Demonstrate the ability to complete several complex task orders concurrently; (7) LOCATION of the firm in the general geographical area of the contract, knowledge of the local design requirements and locality of the projects; (8) VOLUME OF PREVIOUS DEPARTMENT OF DEFENSE (DOD) WORK list the total amount of DOD fees awarded as the prime contractor for the previous 12 months in block 9 of the SF 255; (9) DEMONSTRATE COMMITMENT TO SMALL BUSINESS and to small disadvantaged businesses, historically black colleges and universities, or minority institution's performance of the contract, whether as a joint venture, teaming arrangement or subcontractor. Proposed procurement will result in one fixed price Indefinite Quantity contract with a minimum guarantee of $25,000 for the base year. The resultant contract will be comprised of task orders not to exceed $200,000 each, and the maximum base year total of this contract shall not exceed $500,000.00. THe contract provides for one base year and one year option (both comprised of the type of work described in criteria elements listed above. THe minimum guarantee for the option year is $25,000 with a maximum option year total of $500,000.00. Architect/Engineering firms which meet the requirements described in this announcement are invited to: (1) submit a Standard Form 254, Architect-Engineer and Related Services Questionnaire. Firms having filed a current Standard Form 254 (within one year), on file with the procurement office shown herein, are not required to register this form. However, those firms with 254's on file shall express their interest in being considered for this particular contract in writing and shall also state that a current Standard Form 254 is on file for their firm. (2) Submit a Standard Form 255 specifically addressing all criteria elements listed, including organizational chart of key personnel to be assigned to this contract and subconsultants' current SF 254 (unless already on file) to Lucille Leu, 910C.3LL, EFA NW, Puget Sound Naval Shipyard Field Office, 1400 Farragut Avenue, Bremerton, WA 98314-5001 no later tha COB (4:00 pm local time) 30 days from the date of this issue. Failure to submit the aforementioned items and the amount of DOD fees awarded to the firm will reflect negatively on the firm's submittal during the evaluation process. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete announcement are not desired. No additional technical information is available. This project is open to all business concerns. The Standard Industrial Classification Code is 8712. The related small business size standard is $2.5 million. This is not a request for proposal. See Number Note 24. (0253)

Loren Data Corp. http://www.ld.com (SYN# 0024 19970912\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page