|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 31,1998 PSA#2253EFA Chesapeake, (Attn: Code 02AE), Washington Navy Yard, Bldg. 212, 901
M Street SE, Washington, DC 20374-5018 C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS ARCHITECTURAL
DESIGN WITH ASSOCIATED MULTI-DISCIPLINAL ENGINEERING SUPPORT SERVICES,
VARIOUS LOCATIONS, EFA CHESNAVFACENGCOM SOL N62477-99-D-0002 DUE
020899 POC Contact Randolph Jones, 202-685-3152 WEB: EFA Chesapeake
Homepage, http://www.efdlant.navfac.navy.mil/efaches.htm. E-MAIL:
Randolph Jones, Point Of Contact,
jonesr@efaches-03.efaches.navfac.navy.mil. This is a Small Business
set-aside contract. Large businesses will not be considered. Small
business size standard SIC Code is "8711", $2.5 million annual average
over a three year period. The work includes an indefinite quantity
contract for Architectural and Engineering services necessary for the
preparation of studies, RFP's for Design/Build projects, and full
plans, specifications, and construction cost estimates ready for
bidding for various projects at various locations in the Engineering
Field Activity (EFA) Chesapeake region -- Washington, DC, VA and MD.
The type of work primarily includes repairs, renovations, alterations
and new construction of the following type of structures: single or
multi-story, masonry, concrete, steel, wood and pre-engineered.
Sustainable Design features will be considered in all designs. Projects
may include, but not be limited to, all or part of the following:
roofing systems, flooring systems, ceiling systems, interior and
exterior partitions, rest room and shower facilities, millwork, office
systems, signs, interior and exterior finishes, windows, doors,
skylights, insulation, vertical transportation (stairs, elevators and
ramps), building demolition, and pest damage analyses. In addition,
work may include related security, communication, power, fire
protection, HVAC, lighting systems, and general site improvements.
Interior design services may be required -- familiarity with mandatory
sources of procurement, i.e. Federal Prison Industries (FPI), GSA
schedules, etc. is required. Coordination with the National Capital
Planning Commission, The Commission of Fine Arts, and the Maryland
National Capital Parks and Planning Commission may be required. The
preparation of comprehensive storm water management plans for the State
of Maryland, the District of Columbia, and the Commonwealth of Virginia
may be required. Although none is now known, the possibility of
hazardous materials, i.e. asbestos, lead paint, PCB, may exist at the
project sites. If hazardous materials areencountered, the A/E
Contractor will be required to conduct hazardous material removal
surveys, including testing and sampling, provide design removal
procedures and prepare construction contract documents in accordance
with applicable rules and regulations pertaining to such hazardous
materials. All hazardous materials licenses and/or accreditations
necessary for the locality of the potential project sites are required
by the A/E firm or its subcontractor(s). The general intention is to
provide for such design and engineering services as necessary to
support the procurement of these contracts. Services, such as technical
reports and studies, site investigations, programming, concepts,
contract documents -- drawings, specifications and construction cost
estimates, surveys, shop drawings reviews, construction consultation
and inspection, Title II, and preparation of construction record
drawings and O&M manuals, may be required at any time up to the final
acceptance of all work. The selected A/E contractor for the contract
will be required to provide overhead, profit, and discipline hourly
rates initially to the Contracting Officer within 7 days after
receiving notification. The selected firm will also be required to
participate in an orientation and site visit meeting within seven days
of notification and provide a fee proposal within 10 days after
receiving the Request for Proposal. This will be a firm fixed price A/E
contract. The total contract amount for the contract will not exceed
$750,000 for each year. The duration of the contract will be for the
period of one year, with the possibility of a one-year option. The
estimated start date is March, 1999. Selection evaluation criteria, in
relative order of importance are included below. 1. Specialized
experience and professional qualifications of the firm and the proposed
project team in providing complete architectural services with
multi-disciplinal engineering support services for the requirements as
described herein. Additionally, firms should demonstrate specialized
experience with projects containing Sustainable Design features; 2.
Demonstrated capabilities in sustained accomplishment of work within
established time limits for multiple and simultaneous delivery orders;
3. Past performance and process of the prime A/E firm (and
subcontractors) in the firm's quality control/quality assurance program
to assure coordinated technically accurate studies, plans,
specifications, and construction cost estimates; 4. The firm's and
project team's present workload; 5. Preferences: a. Preference will be
given to firms within a 100 mile radius of Engineering Field Activity
Chesapeake, Washington Navy Yard, provided that application of the
criterion leaves an appropriate number of highly qualified firms, given
the nature and size of the projects; b. Preference will be given to
firms with the capability of using CAD, SPECSINTACT, and the Success
Cost Estimating System. Each firm's past performance(s) and performance
ratings will be reviewed during the evaluation process and can affect
the selection outcome. Firms which meet the requirements listed in this
announcement are invited to submit one copy each of the completed
Standard Forms (SF) 254 and SF 255, U.S. Government Architect-Engineer
Qualifications, to the office indicated below. Site visits will not be
arranged during the advertisement period. Interested firms are
requested to include telefax numbers, DUNS number and Taxpayer
Identification Number (TIN) on the SF 255 and SF 254 in Block 3 and 1,
respectively. Interested firms are also requested to include their A/E
Contractor Appraisal Support System (ACASS) number on the SF 255 in
Block 3. In Block 10, state why your firm is specially qualified based
on the selection evaluation criteria. Also, use Block 10 to provide
additional information desired by your firm. Only the SF 254 and SF 255
will be reviewed. Experiences identified in Block 8 of the SF 255
should not be more than 5 years old. The A/E firm's primary person
proposed to be the direct contact with EFA CHESthroughout the contract
work must be identified as the "Project Manager". Information in the
cover letter and any other attachments shall not be included in the
official selection process. Submit the SF 254 and 255 to the mailroom
in the EFA CHES building, Building 212, Washington Navy Yard by 3:30
p.m. on the established due date. Fax copies of the SF 254 and 255 will
not be accepted. This is not a request for proposal. Effective 1
October 1997, A/E contractors will be required to register their firms
in the Central Contractor Registration database prior to receiving a
contract award. This data base provides basic business information,
capabilities, and financial information to the Government and complies
with the Debt Collection Improvement Act of 1996, which requires
Federal agencies to have the Taxpayer Identification Number of every
contractor and to pay every contractor through electronic funds
transfer. A/E contractors will only have to provide this information
once with annual updates or as key company information changes occur.
Registration can be accomplished through the World Wide Web at
http://www.acq.osd.mil/ec; through any DOD Certified Value Added
Network; or a paper form may be obtained by calling the DOD Electronic
Commerce Information Center at 1-800-334-3414. Contracting Officer,
Naval Facilities Engineering Command, Engineering Field Activity
Chesapeake, (Attn: Code 02AE), Washington Navy Yard, Building 212, 901
M Street SE, Washington, DC 20374-5018. Posted 12/29/98 (D-SN283929).
(0363) Loren Data Corp. http://www.ld.com (SYN# 0005 19981231\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|