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