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