|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,2000 PSA#2588Northern Division Naval Facilities Engineering Command, 10 Industrial
Highway, Mail Stop #82, Lester, PA 19113-2090 C -- MODIFICATION-ENGINEERING AND DESIGN SERVCES FOR VARIOUS
MULTI-DISCIPLINE PROJECTS PRIMARILY IN THE STATES OF DE, PA, NY, NJ,
MA, CT, RI, NH, ME AND VT D SOL N62472-00-D-1400/1401/1402/1403/1404
DUE 050800 POC Tina Phillips, Contract Specialist, 610-595-0643 DESC:
THIS IS A MODIFICATION TO THE PRE-SOLICITATION NOTICE THAT WAS POSTED
IN CDBNET on MARCH 31, 2000 AND PRINTED ON ISSUE DATE: APRIL 4, 2000.
NOTE: THIS NOTICE WAS INCORRECTLY POSTED UNDER CLASSIFICATION CODE "C"
AND ACTION CODE "P". NOTICE IS THEREFORE WITHDRAWN FROM THIS SECTION
AND IS NOW POSTED UNDER CLASSIFICATION CODE R -- ARCHITECT AND
EINGINEERING SERVICES -- CONSTRUCTION -- POTENTIAL SOURCES SOUGHT
NOTICE. DESC: ENGINEERING AND DESIGN SERVICES FOR VARIOUS
MULTI-DISCIPLINE PROJECTS PRIMARILY IN THE STATES OF DE, PA, NY, NJ,
MA, CT, RI, NH, ME, AND VT SOLICITATION NO. N62472-00-D-1400,
N62472-00-D-1401, N62472-00-D-1402, N62472-00-D-1403, N62472-00-D-1404
Engineering and design services for five indefinite quantity contracts
for the preparation of architectural and engineering studies, plans,
specifications, and cost estimates for multi-discipline projects at
various military installations primarily in the states of DE, PA, NY,
NJ, MA, CT, RI, NH, ME, AND VT. Contract N62472-00-D-1400 will be used
primarily for work in NY and NJ. Contract N62472-00-D-1401 will be
used primarily for work in PA and DE. Contract N62472-00-D-1402 will be
used primarily for work in ME, NH, and VT. Contract N62472-00-D-1403
will be used primarily for work in CT and MA. Contract N62472-00-D-1404
will be used primarily for work in RI. However, work from other states
may be added to any contract at the discretion of the Government. The
Naval Facilities Engineering Command is moving towards Design-Build as
the preferred method for acquiring capital improvements. Though
Design-Bid-Build methodologies (with the preparation of 100% Plans and
Specifications) will continue to be utilized, a significant number
will likely require preparation of Requests for Proposal packages for
Design-Build solicitations using abbreviated (0% -- 30%) design
documentation. Packages would include elements of site/engineering
investigation, architectural programming, and functional/performance
specifications. The following services may also be required: facility
planning which includes project programming documents (1391
development), development of requirements, preparation of engineering
evaluations, project scope, and unit guidance or parametric cost
estimating, development of alternatives and economic analysis; analysis
of proposed sites for foundations, utilities, access, constraints and
identification of environmental issues; facility design/construction
packages, design-build RFP packages, government collateral equipment
lists, project preliminary hazard analysis, obtaining permits and
regulatory approvals, comprehensive interior design, review of the
contractor's submittals, field consultation and inspection during
construction, Title II Inspection, Operation and Maintenance Support
Information (OMSI), and as-built drawing preparation. The initial
project will be determined at a later date. Projects assigned to this
contract may include work in the following specialties: Civil,
Structural, Mechanical, Electrical, Fire Protection, Architectural,
Interior Design and Landscape Architecture. Phases and/or pre-priced
contract options may be included and will be exercised at the
discretion of the government for 0 35%, 35 100% design, and post
construction contract award services. Contract award is contingent on
availability of funds. Options are normally exercised within several
months of completing prior work; however, delays of up to one year are
possible. Some projects will require design in the metric system. As
part of this contract, an asbestos and/or lead-based paint assessment
may be required to determine the presence of hazardous material during
removals/demolition or at utility points of connections. Firms must be
able to accept work that involves asbestos, lead paint, PCB's, and
other hazardous materials. Work will be prepared utilizing AutoCAD
Release 14 or higher or Microstation Version 95 or higher depending on
the location of the specific project. Specifications will be prepared
using SPECINSTACT SGML program, and cost estimates using the "Success"
estimating program in a Work Breakdown Structures (WBS) system format
will be utilized. Selected firm will be required to provide documents
in pdf format for posting to a Government web site during solicitation.
Firms are advised that the selected firm, its subsidiaries or
affiliates which design or prepare specifications for a construction
contract cannot provide the construction services for the same
contract. This includes concept design, which includes preparation of
project programming documents (DD1391), facility siting studies,
environmental assessments, or request for proposals for Design-Build
projects, or other activities that result in identification of project
scope and cost. The contract requires that the selected firm have
on-line access to email via the Internet for exchange of
correspondence/information. SIGNIFICANT EVALUATION FACTORS (in order of
importance): 1. SPECIALIZED EXPERIENCE. Recent experience of the design
team members individually and collectively as a total team (A/E,
client, outside agencies) in the type of work required (as described
above) and in: a) Performing facility planning studies which includes
1391 development, developing of requirements, preparing engineering
evaluations, project scope, and unit guidance or parametric cost
estimating. Project development will include development of
alternatives and economic analysis. b) Analysis of proposed sites for
foundations, utilities, access, constraints and identification of
environmental issues. c) Designing and providing construction documents
for various facilities, utilities, and site improvements, d) Designing
projects to Navy, Air force or other DOD agencies criteria, e) On-site
functional analysis and on-site schematics, space programming and
budgetary or parametric cost engineering, f) Specialized experience for
at least three DDC (direct digital control) projects greater than
10,000 SF conditioned space constructed within the past five years
(provide references), g) Designs using AutoCAD, SPECSINTACT, and NAVFAC
cost estimating, and, h) Evidence of experience of both the firm and
key personnel in comprehensive interior design, space planning, systems
furniture, knowledge of the federal acquisition process and GSA
schedules. i) Evidence of prior experience or of the skills needed in
the preparation of design/build RFP packages. 2. PROFESSIONAL
QUALIFICATIONS: Technical competence by discipline (education,
registration and experience) of individual design team members. At a
minimum, professional registration is required of one individual in
each of the specified disciplines. The team shall include, in addition
to the more traditional disciplines, an engineer registered in the
discipline of fire protection engineering or a related engineering
discipline and include 5 complete years of full time experience
dedicated to fire protection engineering since 1994, an engineer or
architect with a minimum of 10 years roofing and waterproofing design
and construction experience, a registered landscape architect. 3.
CAPACITY: a) Capacity of the 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. 4. PAST PERFORMANCE: Past performance ratings by
government agencies and private industry with respect to work quality,
performance, compliance with schedules and cost control. 5. LOCATION:
a) Location in the general geographical area of the anticipated
projects, b) Knowledge of local site conditions and applicable
regulatory requirements, and c) Ability of the firm to ensure timely
response to requests for on site support. 6. SUSTAINABLE DESIGN:
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility designs.
7. SUBCONTRACTOR UTILIZATION: Use of small business, small
disadvantaged business, women owned small business firms, historically
black colleges and minority institutions, used as primary consultants
or subconsultants. 8. VOLUME: Volume of work previously awarded to the
firm by the Department of Defense within the past twelve months. Type
of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order
Estimated Start Date: September 2000 There will be no dollar limit per
project. Estimated construction cost of projects under these contracts
will generally not exceed $3,000,000. However, larger dollar value
projects may be added at the discretion of the government. The total
fee that may be paid under each contract (including the option years)
will not exceed $5,000,000 for the entire contract term. The duration
of each contract will be for one year from the date of an initial
contract award with an option for four additional one-year periods. The
minimum guarantee for the entire contract term (including option years)
will be satisfied by award of the initial project. The options may be
exercised within the time frame specified in the resultant contract at
the sole discretion of the Government subject to workload and/or
satisfaction of A/E performance under the subject contract. The SIC
Code is 8712 and the small business size standard classification is
$4,000,000. THE PROPOSED CONTRACTS ARE BEING SET-ASIDE FOR SMALL
BUSINESS FIRMS. LARGE BUSINESSES WILL NOT BE CONSIDERED. All
contractors are advised that registration in the DOD Central Contractor
Registration (CCR) Database is required prior to award of a contract.
Failure to be registered in the DOD CCR Database may render your firm
ineligible for award. All firms are encouraged to register as soon as
possible. Information regarding this registration may be obtained by
accessing Northern Division's web site at
http://www.efdnorth.navfac.navy.mil or through the point of contact
identified for this procurement. A/E firms, which meet the requirements
described in this announcement, are invited to submit completed
Standard Forms 254 and 255 to the office shown above. Standard Forms
254 and 255 may be downloaded from the following GSA web site:
http://www.gsa.gov/forms Block 10 of the Standard Form 255 will include
the following: (1) Summary of how the firm meets the stated evaluation
criteria for this contract; (2) Matrix documenting proposed team
members specialized experience relevant to the subject contract (IN
LEFT HAND COLUMN SHOW: Relevant projects (use number of project
assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX
SHOW: Role of team member (include consultants) on relevant project
i.e., Project Manager, Project Engineer, Architect, etc ); (3) Copies
of performance evaluations and/or letters of commendations (as
attachments) for office making this submission; (4) List of relevant
projects and date design completion scheduled, date design completed,
and final cost estimate compared to the contract award amount. Firms
must also indicate if they are a subsidiary, and if so, must state if
they are normally subject to management decisions, bookkeeping, and
policies of their holding or parent company. Also indicate if firm is
an incorporating subsidiary that operates under a firm name different
from the parent company. The qualification statement should clearly
indicate the office location where the work will be performed and the
qualifications of the individuals anticipated to work on the contract
and their geographical location. SELECTION INTERVIEW REQUIREMENTS: At
the selection interview, the A/E firms slated for interviews must
submit a listing of present name and telephone numbers of officers at
their financial institutions, and performance references. Firms having
a current SF 254 on file with this office and those responding to the
announcement by 4:00 p.m. EST on 8 May 2000 will be considered. ALL
HAND CARRIED SUBMITTALS MUST BE DEPOSITED IN THE BID BOX WHICH IS
LOCATED IN THE LOBBY AT THE ABOVE GIVEN ADDRESS PRIOR TO THE TIME AND
DATE SPECIFIED. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR
SUBMITTAL IS DELIVERED STATING "SUBMITTAL ENCLOSED", "CONTRACT NUMBER
(show appropriate contract number) AND "DATE DUE 8 May 2000." Facsimile
responses will not be accepted. Late responses will be handled in
accordance with FAR 52.215-10. No material will be returned. Firms
responding to this advertisement are requested to submit only ONE COPY
of qualification statements. Respondents may supplement this proposal
with graphic material and photographs that best demonstrate
capabilities of the team proposed by the project. THIS IS NOT A REQUEST
FOR A PROPOSAL. CITE: (W-091 SN440112) Posted 04/25/00 (W-SN448286).
(0116) Loren Data Corp. http://www.ld.com (SYN# 0027 20000427\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|