SOURCES SOUGHT
C -- Professional earthquake(seismic) engineering services
- Notice Date
- 11/21/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
- ZIP Code
- 22219
- Solicitation Number
- S-ALMEC-03-R-0001
- Archive Date
- 1/15/2003
- Point of Contact
- Edward Czarny, Contract Specialist, Phone 516-1691, Fax null, - Ralph Sutherland, Contract Specialist, Phone 875-6688, Fax null,
- E-Mail Address
-
czarnyej@state.gov, sutherlandrr@state.gov
- Description
- The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations, is seeking qualified consulting structural engineering firms to provide professional earthquake engineering services on an as-needed basis. Selection shall be made in accordance with Federal Acquisition Regulation (FAR) Part 36 for Architectural and Engineering services. Up to four (4) indefinite quantity/indefinite delivery contracts (IQCs) may be awarded, one of which may be awarded to a small business. The contract period will be one base year from the execution of the contract with four additional option years. Task orders for each proposed earthquake engineering requirement will be placed against the contract on an as-needed basis and individually negotiated. Under each of these contracts, the Government guarantees a minimum of $6,000 for the life of the contract. The maximum dollar value of each of these contracts shall be $500,000 for the base year and each option year. Contract duration shall not exceed five years. The total contract value shall not exceed $2,500,000. The successful firm(s) shall provide earthquake engineering expertise and services for various existing buildings at various Department of State (DOS) facilities overseas. Successful offerors will have extensive experience in the evaluation and strengthening of low to mid rise office buildings of non-ductile reinforced concrete frames and of unreinforced masonry construction. Professional earthquake engineering services may include: performing evaluations and analysis to establish probable seismic performance and expected building behavior; performing feasibility studies along with preliminary cost estimates for seismic strengthening; preparing construction drawings implementing strengthening schemes; evaluating damage from major earthquakes; travel to/inspections of site; performing limited seismicity updates; conducting residential seismic surveys; other evaluations, analysis and design tasks as delineated in the scope of work document. As part of the scope of work, the consulting structural engineering firm shall be required to prepare written reports, drawings and sketches, specifications, estimates, construction packages, and other documentation. Projects shall be reported and designed in both SI (i.e., metric) and Imperial units. Construction documents shall be submitted with AutoCAD 2000 in DOS format for each submission. For performance of this contract, it is expected that the following personnel will be required: principal; project manager; senior engineer; engineer; CADD technician and or draftspersons; Geotechnical/Seismological sub-consultant; and clerical assistant. In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DoD) Secret Level facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Specifically designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). All offerors will be required to comply with security requirements as detailed in the NISPOM. If a selected offeror does not possess the necessary FCL, the Department of State will sponsor the firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months from selection of the final offeror will be allowed for this offeror to obtain the necessary FCL. After this period the Government may consider awarding the contract to another firm. Firms/teams responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria ? (100 points maximum): a) Specialized experience and technical competence in earthquake engineering (existing buildings) of key individuals proposed/assigned to this contract. This includes, but is not limited to, work experience pertaining to: seismic assessment/evaluation and strengthening of low to mid rise non ductile reinforced concrete framed buildings as well as unreinforced masonry buildings; low to mid rise office buildings and institutional buildings; various residential occupancies (i.e. single family detached as well as low to mid rise multi-unit housing); seismic strengthening of major buildings and historical buildings. (25 points) b) Professional qualifications necessary for satisfactory performance of the required services of personnel who will work on this contract. This includes, but is not limited to: education (e.g. engineering baccalaureate/masters degrees); Professional registration including designation of structural & seismic experience (e.g., CA, WA SE licenses); committee work within professional society and code development forums; relevant continuing education . (20 points) c) Firm?s demonstrated experience in assessing and strengthening existing buildings (within last 5 years) per the work experience described in a) above. Additionally, include work experience pertaining to: clients and owners with a preponderance of non technical decision makers; comprehensive reports suitable for presentation to both engineers and non-technical personnel; experience with overseas projects (existing buildings); performance with other Federal Agencies such as VA, GSA, DOD. (20 points). d) Proposed team composition and appropriateness of sub consultants. This includes, but is not limited to: previous relationships and projects with proposed Geotechnical/seismological sub consultant; previously established relationships with sub consultants of electrical, mechanical, architectural, and cost estimating disciplines; teams? project management experience; firm?s experience as a prime consultant; (15 points). e) Past performance with strengthening projects in terms of cost control and cost history, ease of construction, quality of work, and compliance with performance schedules. For each project identified in the responses to evaluations criteria, provide the name, address, and current telephone number of client representative and identify which members of the firm participated in the project. (10 points). f) Capacity to accomplish the work in the required time. This includes, but is not limited to: sufficiency of staff and technical resources available for this contract and not committed to other contracts; firm's current and future workload; the ability to accomplish the work with minimum oversight by DOS; capability to work overseas under stressful conditions. (10 points) Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. Firms responding to this advertisement are advised to specifically address each evaluation factor under a separate heading. The qualifications statements should clearly indicate the office location where the work will be performed, an organizational chart for the proposed contract, and the qualifications of the individuals anticipated to work on the contract and their geographical location. Firms which are short listed will be required to submit supplemental documentation and /or submit to a telephone interview in support of additional verification and insight into the firm?s capabilities. Examples may include, but are not limited to the following: significance of firm?s recent projects to DOS projects; response to written questions pertaining to state of the art in earthquake engineering; firm?s organizational and administrative structure and regional offices; philosophy/involvement of principal in charge; QA/QC procedures and protocol. A limit of not more than 40 additional points will be allowed during this phase of evaluation. Up to four of the most highly qualified firms will be selected. Contract award will be contingent upon the negotiation of a fair and reasonable price for hourly rates. This is not a Request for Proposal (RFP). Consulting structural engineering firms that meet the requirements of this solicitation are invited to submit two copies of Standard Form 254, Architectural/Engineer and Related Services questionnaire and two copies of Standard Form 255, Architect/Engineer and Related Services questionnaire for specific projects. Along with these forms, the firm must also submit a letter of interest identifying the solicitation. Requests for clarification must be submitted, in writing, to Mr. Edward J. Czarny, not later than 3:00 p.m., Eastern Standard Time, on December 05, 2002. The FAX number to submit clarification questions is (703) 875-6292; the e-mail address is czarnyej@state.gov. All submittals must be received by 3:00 p.m., Eastern Standard Time, on December 31, 2002. Postal Mailing address: Mr. Edward J. Czarny, U.S. Department of State, A/LM/AQM/FDCD/AE, Room L-600, P.O. Box 9115, Rosslyn Station, Arlington, Virginia. Courier address: Mr. Edward J. Czarny, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive (17th Street Entrance), Room L-600, Arlington, VA 22209.***** Points of Contact Edward J. Czarny, Contract Specialist, Tel 703-516-1961, email czarnyej@state.gov Ralph S. Sutherland, Contracting Officer, tel 703-875-6688, e,mail sutherlandrRs@state.gov
- Record
- SN00208917-W 20021123/021122063359 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |