|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1998 PSA#2015Commanding Officer, Navy Public Works Center, Jacksonville, P.O. Box
30, Jacksonville, Florida 32212-0030 R -- INDEFINITE QUANTITY A/E CONTRACT FOR DESIGN OF ARCHITECTURAL
REPAIRS AND MODERNIZATION TO SHORE FACILITIES AT THE NAVAL AIR STATION,
JACKSONVILLE, FLORIDA SOL N68931-98-R-9621 DUE 020998 POC OICC Office,
(904) 542-5571, extension 112, Fax (904) 542-3949 17.CORRECTION; 17.
Architectural and Engineering Services are required for preparation of
plans, specifications, cost estimates, related studies, and all
associated engineering services for projects located in Florida,
Georgia and South Carolina within a 250 mile radius of Naval Air
Station, Jacksonville, Florida. Task Orders on similar past Indefinite
Quantity (IQ) Contracts have been distributed as follows: 5% of
projects have been for studies, 55% of the designs have been for
projects with an Estimated Construction Cost (ECC) of less than
$100,000, 20% of the designs have been for projects with an ECC between
$100,000, and $250,000, and 20% of designs have been for projects with
an ECC of greater than $250,000. The Government will reserve as an
option to negotiate construction inspection services and preparation of
Operating and Maintenance Support Information (OMSI). The firm shall
demonstrate its qualifications and also the qualifications of its
consultants with respect to the evaluation criteria. Most of the Task
Orders, which will be performed under this contract, are maintenance
and repair projects. Building types that may be encountered under this
contract are listed in Criterion (1) Specialized Experience. The
following criteria will be used for selection: CRITERION (1)
SPECIALIZED EXPERIENCE Firms will be evaluated in terms of past
experience for the following building types: Bachelor Enlisted Quarters
/ Bachelor Officer Quarters Base Housing Community Facilities Office /
Administration Facilities Medical Facilities Industrial Facilities
Warehouse / Storage Facilities Disciplines required by this IQ Contract
include the following: Architecture Civil Engineering Structural
Engineering Mechanical Engineering Electrical Engineering Consultants
required include the following: Asbestos, Lead Paint and Hazardous
Materials Geotechnical Engineering Surveying Fire Protection Engineer
CRITERION (2) QUALIFICATIONS Firms will be evaluated in terms of
professional qualifications and technical ability in the repair,
renovation, additions, etc. to building types identified in Criterion
(1) Specialized Experience. Factors that will be considered include the
following: Professional registration of the proposed Project Manager.
Professional registration of the proposed design team members. Provide
experience of the proposed design team relating to the building types
noted in Criterion (1) Specialized Experience. Team members experience
shall be based solely on projects with your firm and not past
employers. Provide an Organizational Chart for this contract. Include
only team members who will be actively participating in this contract.
CRITERION (3) CAPACITY Firms will be evaluated in terms of the
following: The firm's ability to perform multiple projects
concurrently. Demonstrate your firm's capability to provide qualified
back-up staffing to meet unexpected project demands for this IQ
Contract. CRITERIA (4) Past Performance Firms will be evaluated in
terms of the following, with emphasis on projects relating to the
repair, renovation, additions, etc. to the building types addressed in
Criterion (1) Specialized Experience: Provide cost control techniques
employed by your firm. Provide the Final Estimated Cost of
Construction (ECC) for each project listed in your submittal and the
actual bid amount. Provide the number of design related Change Orders
for each in your submittal and its related cost. Provide a listing of
your firm's repeat clients for both Government and private industry.
Provide copies of performance awards and letters of recommendation
received by your firm for the projects listed. CRITERIA (5) Quality
Control Program Firms will be evaluated in terms of the following:
Describe your firm's quality control program. CRITERIA (6) Geographic
Location Firms will be evaluated in terms of the following: The firm's
knowledge of codes and permits for Florida, Georgia and South
Carolina. CRITERIA (7) Volume of Work Firms will be evaluated in terms
of the following: The amount of work that was previously awarded to
the firm by DoD. The objective of this evaluation is to attempt to
achieve an equitable distribution of A&E contracts among qualified A&E
firms including small business firms, small disadvantaged business
firms and firms that have not had prior DoD contracts. Firms are
required to prepare specifications in the SPECSINTACT format. All
drawings shall be submitted in AutoCAD Release 14 format. The duration
of contract will be for one (1) year from the date of an initial
contract award or $2,000,000 in fees, whichever comes first. The
Government reserves the option to extend the contract an additional 12
months or $2,000,000 in fees, whichever comes first. Subject to
necessary changes, the total A&E fee that may be paid under this
contract will not exceed $4,000,000. The work will be ordered by
issuance of task orders at predetermined rates. The guaranteed minimum
is established at $25,000. The type of Contract shall be Firm
Fixed-Price Indefinite Quantity. Estimated start date is June, 1998.
Architect-Engineer firms, that meet the requirements described in this
announcement, are invited to submit completed Standard Forms (SF) 254
and 255, U.S. Government Architect-Engineer Qualifications, to the
office shown above. Interested firms are requested to include telex
numbers in Block 3a of the SF 255, and the Contractor establishment
Code (formerly the DUNS number), Commercial and Government Entity
(CAGE) code, if known, and Taxpayer Identification Number (TIN) in
Block 3. In Block 10 of the SF 255, discuss your firm's qualifications
based upon synopsized evaluation factors. Provide evidence that your
firm is permitted to practice in the Architectural / Engineering
profession. Use Block 10 of the SF 255 to provide any additional
information. All information must be included within the SF 255.
Information provided in cover letters and other attachments will not be
considered in the evaluation process. Provide a synopsis of the scope
of work, point of contact and telephone number for each project listed
in SF 255, Block 8. Label the lower left-hand corner of the envelope
with the solicitation number. Firms responding by 4:00 p.m. EST,
February 9 1998 will be considered. Facsimile responses will not be
accepted. Firms responding to this advertisement are required to submit
two copies of qualification statements. This proposed contract is being
solicited on an unrestricted basis. Therefore, replies to this notice
are requested from all business concerns. Before award of the contract,
the Architect-Engineer (if not a Small Business Concern) shall agree in
the contract, to the incorporation of an acceptable small business and
small disadvantaged business subcontracting plan in accordance with
FAR Part 19.7. This plan will state that small business concerns and
small disadvantaged business concerns shall have the maximum
practicable opportunity to participate in this contract consistent with
its efficient performance. The small business size standard
classification is SIC 8711 ($2,500,000). This is not a request for
proposal. See Note 24. (0016) Loren Data Corp. http://www.ld.com (SYN# 0073 19980121\R-0003.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|