Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 23,1995 PSA#1309

COMMANDING 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