Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30, 2001 PSA #2926
SOLICITATIONS

C -- 8(A) COMPTETITIVE SET-ASIDE INDEFINITE QUANTITY SOLICITATION FOR PREPARATION OF ARCHITECTURAL STUDIES AND DOCUMENTATION FOR PREPARATION OF ARCHITECTURAL STUDIES AND DOCUMENTATION OF HISTORICAL PROPERTIES WITHIN THE SPECIFIED SOUTHERN DIVISION AREA OF RESPONSIBILITY

Notice Date
August 28, 2001
Contracting Office
Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
ZIP Code
29419-9010
Solicitation Number
N62467-01-R-0429
Response Due
October 2, 2001
Point of Contact
Frances J. Mitchell 843/820-5749
Description
This solicitation is a competitive set-aside for Small-Business certified 8(a) architectural and engineering firms only. This work will result in the award of an indefinite quantity contract. The geographical area to be covered by the contract will encompass the states east of the Mississippi River and adjacent waters of the Atlantic Ocean and the Gulf of Mexico (Alabama, Georgia, Florida, Illinois, Indiana, Kentucky, Michigan, Mississippi, North Carolina, Ohio, South Carolina, Tennessee, Wisconsin). The contractor may also, on occasion, be tasked to provide the services described herein at government activities outside the Southern Division geographical area of responsibility (AOR), as well as those states within the Southern Division's AOR west of the Mississippi River and adjacent waters of the Gulf of Mexico (Arkansas, Colorado, Iowa, Kansas, Louisiana, Minnesota, Missouri, Oklahoma, Nebraska, North Dakota, South Dakota, Texas, and Wyoming). These actions will be decided on a case-by-case basis approved by the contracting officer. It is anticipated that most work will be in the Southern Division AOR. Work includes preparation of architectural design and drawings in a diversity of architectural styles which conform to the Secretary of the Interior's Standards for Rehabilitating Historic Buildings and Guidelines for Rehabilitation, structural and systems analyses of historic buildings and structures, and documentation thereof. Other work may include the development of National Register of Historic Places (NRHP) eligibility studies, archeological surveys, underwater archeological surveys, and other studies as needed for proposed Department of Defense (DOD) actions. Typical issues to be addressed could include rehabilitation/repair designs for historic properties, design concepts for architectural compatibility within or adjacent to historic districts, structural, architectural and systems analyses, determinations of constructions styles and types, archeological explorations and testing, and archival/laboratory research. Other work could include, but not be limited to photographic documentation, Historic American Buildings Survey/Historic American Engineering Record (HABS/HAER) documentation, and construction feasibility studies. All interested firms should be capable of obtaining security clearances, if required. The contract period shall be for one year with an option for four one-year option periods. Contract award is contingent on availability of funds. The total value of the contract will not exceed $5,000,000. A minimum guarantee of $20,000.00 is payable for the life of the contract. The contract period is one year with four one-year options for the complete services described above. The following criteria, listed in order of importance, will be used in the selection process: 1. PROFESSIONAL QUALIFICATIONS: a) Technical competence by discipline and profession (education, registration and/or experience of individual team members; and b) The proposed team shall be multi-disciplinary in composition. 2. SPECIALIZED EXPERIENCE: The team shall demonstrate recent DOD experience and responsibility in the preparation of architectural/historical planning, design, analyses, and documentation of, and relative to, historic buildings, structures, districts, objects, and sites. 3. PERFORMANCE: a) Past performance/ratings of government agencies and private industry contracts in terms of schedule compliance, cost control, quality of work, and acceptability of work by regulatory agency(ies); and b) Firm(s) will be evaluated in terms of work done for DOD components, quality of work performed, compliance with established schedules, flexibility to accomplish the work specified under changing conditions, and ability to accomplish the work within the originally established budget. 4. CAPACITY: a) Ability to accomplish multiple projects simultaneously; and b) Ability to sustain the loss of key personnel without adverse impact upon assigned tasks. 5. LOCATION: a) Location of the firm(s) in relation to the Southern Division geographic region; and b) Knowledge of different state requirements, such as rehabilitation design standards and documentation guidelines. 6. 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. At the selection interview, A-E firms slated for interviews must submit their Quality Assurance Project Plan (QAPP), including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control process, a listing of present business commitments and their required completion schedules, financial and credit references (include name and telephone numbers of officers at their financial institutions), and performance references other than Southern Division, Naval Facilities Engineering Command (include three or more with names and telephone numbers of the contract administrators). For consideration, provide ONE original UNBOUND SF 255 and SF 254 for the prime and one SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 25 pages (8.5x11 one sided), with print size not smaller than 12-pitch font. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on TUESDAY 04 OCTOBER 2001. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 254s already on file will be used. Offeror's must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telefax numbers and e-mail address in Block 3a and the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541310 and Size Standard is $4M. Label lower right corner of outside mailing envelope with "A-E Services, 01-R-0429. This is NOT a request for proposal. Site visits will not be arranged during advertisement period. Submittals should be addressed to: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 (P.O. Box 190010, North Charleston, SC 29419-9010). Address all responses to ATTN: Code ACQ13FM.
Record
Loren Data Corp. 20010830/CSOL005.HTM (W-240 SN50W188)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 28, 2001 by Loren Data Corp. -- info@ld.com