|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 23,1995 PSA#1309COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING
COMMAND, 2155 EAGLE DRIVE (29406), P. O. BOX 190010, NORTH CHARLESTON,
SC 29419-9010 C -- INDEFINITE QUANTITY SERVICES FOR ROOF MOISTURE SURVEYS, VISUAL
INSPECTIONS AND PLANS AND SPECIFICATIONS FOR ROOFING REPAIRS AT VARIOUS
LOCATIONS WITHIN THE SOUTHERN DIVISION AOR SOL N62467-95-R-0872 DUE
042495 POC Admin questions: Ms. Frances Mitchell (803) 743-0749 Work
requires architectural and engineering services for specialized roofing
inspections, moisture intrusion investigations, preparation of plans
and specifications, and construction support for roofing construction
and repairs at various locations in the Southern Division Area of
Responsibility (AOR), and the Bahamas, Eleuthera Island and Ascension
Island. Required services include: comprehensive visual roof condition
surveys; moisture intrusion investigation of roof and wall systems;
roof moisture detection using infrared, nuclear, and capacitance
equipment as required; roof defect identification and failure
investigations; comprehensive inspection and moisture survey reports
and documentation; moisture contour and location maps; roof deficiency
maps and drawings; development of roof management plans; preparation
of Step II documentation or other documentation required for funding
approval; design services for roof repairs and/or replacement and
associated work. Design services include preparation of drawings,
specifications, design calculations and detailed construction cost
estimates. Other services include amendments, field inspection of
construction, consultation, preparation of as-built drawings, and
asbestos material identification and sampling. The A-E may be required
to conduct a comprehensive asbestos/lead paint survey and provide a
design which will support the removal and disposal of hazardous
materials in accordance with applicable laws and regulations. Firms
must be able to accept work which involves asbestos, lead paint and
hazardous materials. All projects shall be coordinated through one
individual (or team of individuals, if approved by the Government).
Contract award is contingent on availability of funds. Contract is for
one year (approximately $500,000) with a one (1) year option period.
The maximum contract value shall not exceed $1,000,000. A minimum fee
of $25,000 is guaranteed for the first year. This guaranteed fee is a
recordable obligation at the time of award and as such shall be fully
funded. Total value of orders placed the first year serves as the
minimum fee for the option period. No one delivery order will exceed
$200,000. The following criteria, listed in descending order of
importance will be used for selection, 1. PROFESSIONAL QUALIFICATIONS:
Related professional licenses and certifications of team members
assigned to this project. 2. SPECIALIZED EXPERIENCE: a) Technical
capabilities of the staff to be assigned to this project. List only the
team members who will actually perform major tasks under this contract.
b) Recent demonstrated experience of the team to be assigned to this
project in the following: 1) Conducting comprehensive roof condition
surveys of various types of roofing systems. 2) Moisture intrusion
investigation of roof and wall systems. 3) Design of roof repairs and
replacements. 4) Preparation of roof management plans with emphasis on
large roof inventories. 5) Failure investigations. 6) Post
construction contract award services. 7) Report preparation skills. 8)
Ability to implement and utilize USA CERL ''ROOFER'' engineered roof
management program and microcomputer application. 3. PERFORMANCE: Past
performance/ratings of government agencies and private industry on
contracts in terms of: a) Cost control, b) Quality of work; c)
Compliance with performance schedules; and d) List recent awards,
commendations and other performance evaluations (do not submit
samples). 4. CAPACITY: a) Capacity of firm and proposed design team
members to accomplish multiple projects simultaneously. Indicate
availability of specialized equipment and materials testing
capabilities; b) Ability to sustain loss of key personnel while
accomplishing work within required time limits. 5. LOCATION: a)
Geographic location of firm (to ensure timely responses to
unanticipated requests for on-site support); b) Knowledge of building
codes and regulatory requirements in the Southern Division area of
responsibility. 6. VOLUME OF DOD WORK: Firm will be evaluated in terms
of work previously awarded to the firm by DOD within the past twelve
months with the objective of affecting 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. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION:
Team will be evaluated on the extent to which potential contractors
identify and commit to small business and to small disadvantaged
business, historically black college and university, or minority
institution in performance of the contract, whether as a joint venture,
teaming arrangement, or subcontractor. In order to assist the committee
to more efficiently review all applications, a summary of experience,
proposed team staffing and depth of additional staff support is
requested as part of or in addition to the SF 255, as follows: 1.
Summarize in descending order of significance, at least three of your
most relevant projects for the type projects required under the
experience category. For each of the presented projects give the
following information where applicable: a) list the currently proposed
team members that worked on the project; b) an owner point of contact
with telephone number; c) Show the original schedule, owner approved
time extensions, and the final execution schedule. 2. Summarize your
proposed team in tabular form with the following data: a) firm name; b)
individual name; c) if the individual is with a consultant firm, then
state your work history with the individual and consultant firm; d)
office assigned to (home or branch office); e) Professional
Registration and date; f) assigned team responsibility; g) years with
current firm, years with other firms; h) percent of time committed to
this team. 3. List the number of individuals in each discipline not
assigned to the proposed team that could be used to augment the
proposed team in the event of loss of personnel or failure to maintain
schedules. 4. A-E's responding should prepare to provide their Quality
Assurance Project Plan (QAPP) prior to selection interviews once a
short list has been approved. The QAPP will include an explanation of
the management approach: an organizational chart showing the
inter-relationship of management and design team components and
specific quality control processes used. One submittal package - to
include one original SF 255 (LIMITED TO 25 PAGES, 8 1/2'' x 11'',
ONE-SIDED - NOT LESS THAN 12 PITCH FONT. Every page that is not a SF
254 will be included in the 25 page count) and a SF 254 must be
received in this office not later than 4:00 P.M. EASTERN TIME on
MONDAY, 24 APRIL 1995. 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. Include telefax
numbers in Block 3a and Contractor Establishment Code (formerly 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
204.671-5. Label lower right corner of outside mailing envelope with
''A-E Services, 95-R-0872''. This is not a request for proposal. Site
visits will not be arranged during advertisement period. ADDRESS ALL
RESPONSES TO ATTN: CODE 0213FM. (0080) Loren Data Corp. http://www.ld.com (SYN# 0025 19950322\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|