|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1999 PSA#2282USPFO-FL-PC, 189 Marine Street, St. Augustine, Florida 32085-1008 C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY-ARCHITECTURAL/ENGINEERING
SERVICES SOL DAHA08-99-R-0002 POC First Lieutenant William L. Markham
at (904)823-0552 E-MAIL: This contract shall be for professional A-E
services, MarkhamB@fl-arng.ngb.army.mil. One firm will be selected for
this announcement. Work associated with this contract shall begin on or
about October 1999. This contract shall be for professional A-E
services necessary for the type of projects and studies as described
and ordered by the Florida Air National Guard, Jacksonville, Florida.
The Contract shall encompass investigative/conceptual (Type A)
services, design (Type B) services and inspection (Type C) services for
facilities and infrastructure located in Jacksonville, FL, Patrick Air
Force Base, FL, MacDill Air Force Base, FL, Homestead Air Reserve
Base, FL, and Camp Blanding, Starke, FL. This is an A/E contract in
which specific delivery orders will be negotiated and issued as project
requirements are identified. The A/E firm may be required to perform
architectural, structural, mechanical, electrical and environmental
designs for construction and alteration of multi-use facilities. The
A/E services may require investigative/conceptual (Type A) services,
design (Type B) servicesand inspection (Type C) services. The maximum
fee for any one-delivery order shall not exceed $300,000.00. The
cumulative amount for all delivery orders shall not exceed
$1,500,000.00. The A/E should anticipate designing for construction
projects cost ranging as low as $20,000 up to $3,000,000. This is an
unrestricted procurement. The following criteria (listed in descending
order of importance) will be used for the basis of selection. The
format for responding to each criteria shall be as indicated 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 design team members which
must include in addition to the traditional disciplines (a) an engineer
registered in the discipline of fire protection engineering with at
least 5 years of full time fire protection experience (b) an engineer
or architect with at least 10 years of roofing and waterproofing design
experience and who is certified by either the Roof Consultant Institute
(RCI) or Institute of Roofing Waterproofing Consultants(IRWC).
SUBMISSION FORMAT: Submit a matrix for proposed team(s), including
alternates, that contain the following data about the member's
assignment: Design team member's name, firm name, office location,
proposed team assignment, highest education level/discipline (example:
BS, mechanical engineering), states of professional registration,
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 facility planning studies (including DD
1391 preparation and parametric cost estimates) (b) designing training
facilities, administrative facilities, community facilities,
maintenance facilities, airfield pavements, and utility and ground
improvements (c) designing projects to Navy, Air Force, Army or other
DOD agencies criteria (d) designs using AutoCAD or Intergraph,
SPECSINTACT, and Cost Engineering using the WBS and Means Cost
Estimating Systems (e) on-site schematics, space programming and
parametric cost engineering and (f) evidence of experience of both the
firm and key personnel in federal acquisition process. SUBMISSION
FORMAT: Provide a description of at least 3 projects with clients
references (point of contact and phone number) for which team members
provided a significant technical contribution. Work on these projects
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 member's names shall be across the top row
of the matrix. Also, describe the firm's experiencewith AutoCAD or
Intergraph SPECSINTACT System and Means and parametric cost estimating.
3. PERFORMANCE:Past performance ratings by Government agencies and
private industry with respect to work quality, performance, and
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 1990 or later and should include those for joint venture partners
and consultants. Provide a list of relevant projects managed by the
proposed project manager(s), 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
Jacksonville, Fl, Starke, Fl, Miami, Fl, Tampa, Fl and Cocoa Beach, Fl
areas. 6. DEMONSTRATED SUCCESS IN PRESCRIBING THE USE OF RECOVERED
MATERIALS AND ACHIEVING WASTE REDUCTION AND ENERGY EFFICIENCY IN
FACILITY DESIGN. 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 ($50,000) as well as large projects ($2,000,000), 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 3 or more with names and numbers of contract
administrators). 7. 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. If the successful firm is 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. For consideration, provide one submittal package
to include an original SF 255 and SF 254 for the prime and a SF 254
for each consultant proposed. The SF 255 with attachments shall be
limited to 25 pages (8.5 x 11 one side), with print size not smaller
than 12 pitch font. The submittal package must be received no later
than 30 days after the date of this publication to: United States
Property Fiscal Office for Florida, Attn: 1LT William L. Markham --
Contracting Officer, 189 Marine Street, St. Augustine, Florida
32085-1008. Submittals that vary from the prescribed submission format
or are received after this date will not be considered. Include
facsimiles numbers in Block 3a and Contractor Establishment Code
(formally the DUNS number), Commercial and Government Entity (CAGE)
Codes, if known, and Taxpayer Identification Number (TIN) in Block 3 of
the SF255. The CEC, CAGE and TIN are discussed in the DOD FAR
Supplement, Part 204 Subpart 204.671-5. This is not a request for
proposal. Site visits will not be arranged during advertisement period.
The proposed contract will be awarded for a one- (1) year period with
an option to extend the contract for one (1) additional year. Technical
questions may be referred to Major Michael Guarino at (904)741-7620.
Posted 02/10/99 (D-SN296907). (0041) Loren Data Corp. http://www.ld.com (SYN# 0030 19990212\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|