Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF june 1,1995 PSA#1358

Engineering Field Activity, Northwest, Naval Facilities Engineering Command, 19917 7th Ave. NE, Poulsbo, WA 98370-7570

C -- ARCHITECT-ENGINEER SERVICES FOR RELIGIOUS MINISTRY AND FAMILY SUPPORT FACILITIES, PUGET SOUND NAVAL SHIPYARD, BREMERTON, WASHINGTON SOL N44255-95-C-6105 POC DAVID SELLMAN, CONTRACT SPECIALIST, (360) 396-0262, PATRICK J. DONNELLY, CONTRACTING OFFICER, (360) 396-0256. DESCRIPTION: Firm-fixed price Architect-Engineer services are required for the preparation of engineering documentation and for the design and preparation of plans and specifications for the purpose of bidding and construction of a two-story 3,214 square meter Chapel, Religious Education and Family Service Center Facility. This facility will be capable of seating 600 persons and will include a multi-purpose room, classrooms, a kitchen and staff offices. Site preparation, utilities, road access and a parking lot are also included in the project. During performance of the work asbestos, lead paint, hazardous materials/waste or pollution abatement may be encountered. The estimated start date is October 1995. The estimated design completion date is January 1997. Preparation of INTERGRAPH or AUTOCAD compatible computer drawing data on electronic storage media is required. Preparation of computer automated specifications (SPECSINTACT) is required. The design shall be in accordance with NAVFAC policy regarding metrification conversion for planning and design. The estimated construction cost is between $5,000,000 and $10,000,000. SELECTION CRITERAI: A-E Selection Criteria, in descending order of importance, are as follows: (1) Professional qualifications of the firm's staff and consultants to be assigned to this contract and their respective backgrounds in the design of facilities capable of seating 600 persons and including multi-purpose rooms, classrooms, kitchen spaces, and staff offices. List only the team members who will actually perform major tasks under these projects. In Block 4 of the SF 255 (Personnel by Description), show the entire proposed team by listing personnel employed by the prime in the blanks provided and personnel from the consultants to the left in parentheses. In Block 7 of the SF 255 indicate the branch office location of each team member including key consultants personnel. (2) Recent specialized experience of the firm (including consultants) in the design of facilities identified in the ''Description'' above. Experience shall include, but not be limited to: a) site investigations, cost analysis, engineering studies, design plans and specifications, and environmental mitigation for similar projects completed within the last five years; b) Capability to provide A-E services in Standard International (SI) metric units from the planning stages through design and construction; and c) Capability to provide computer drawing data on magnetic media with export/import compatibility with INTERGRAPH Microstation. Do not list more than ten projects in Block 8. Indicate which consultants from the proposed team, if any, participated in the design of the facilities located in Block 8. (3) Design Quality Control Program. Provide information describing the quality control program and key procedures including coordination of subcontractor's quality control program. Include documentation that demonstrates successful application of the quality control program for previous projects similar to those listed in Criteria (2) above. (4) Past performance on contracts of similar nature to services identified in the ''Description'' above, with government agencies and private industry in terms of compliance with the performance schedules and cost control. Show representative examples of bid prices compared to A-E estimates on similar recent projects from the planning stage to bid. Show cost control measures taken and office procedures used to ensure design within boundary limits. List the results of 3 to 5 of the projects identified in Block 8 in response to Criteria (2). List recent awards, commendations and other performance evaluations. (5) Capacity of the firm to accomplish the work in the required time limits. Demonstrate the ability to complete two complex projects concurrently (i.e. the impact of this workload on the firm's permanent staff and projected workload during ;the contract period). Indicate the firm's present workload and the availability of the project team (including subconsultants) for the specified contract period. Address the history and working relationship with the consultants to be utiilized. (6) Demonstrate knowledge of conditions and requirements for design and construction in the locality. NOTE: Criteria number (7) through (9) shall be used as secondary evaluation factors should the application of criteria numbers (1) through (6) result in firms being ranked as equals. (7) Discuss the location of the firm in the general geographic area. (8) Discuss the use of small or disadvantaged or women-owned business firms either as primary consultants or as subcontractors. (9) Identify the volume of work previously awarded by the Department of Defense (DoD) to the firm. This information shall be recorded in Block 9 of the SF 255 by listing the total amount of prime DoD fees awarded for the previous 12 months. GENERAL INFORMATION: Qualified firms desiring consideration shall submit one copy of the SF 254 and SF 255, including organization chart of key personnel to be assigned to the contract, and a copy of each consultants current SF 254 to Engineering Field Activity, Northwest, Code 0211DS, 19917 7th Avenue, Poulsbo, WA 98370-7570, no later than 4:00 p.m. 30 calendar days (first work day following a weekend or holiday) after publication in the Commerce Business Daily. Failure to submit the aforementioned items and the amount of DoD fees awarded to the firm will reflect negatively on the the firm's submittal during the evaluation process. NOTE: For firms with multiple offices, indicate the office under contract for any contracts listed in Block 9. Use Block 10 of the SF 255 to provide any additional information desired. Discuss why the firm is especiallly qualified based on the selection criteria in Block 10. Personal interviews may not be scheduled prior to selection of the highly qualified firms. Elaborate brochures or other presentation beyond those sufficient to present a complete and effective response to this announcement are not desired. Firms which design or prepare specifications for construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsideraries and affiliates of the firm. Telegraphic or facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. No additional technical information is available. This project is open to ALL business concerns. Requests for debriefing will not be entertained prior to 45 days after the announcement closing date. This is not a request for proposal. (0150)

Loren Data Corp. http://www.ld.com (SYN# 0017 19950531\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page