|
COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1995 PSA#1398COMMANDING OFFICER, SOUTHERN DIVISION, NAVAL FACILITIES ENGINEERING
COMMAND, 2155 EAGLE DRIVE (29418), P. O. BOX 190010, NORTH CHARLESTON,
SC 29419-9010 C -- I/Q SOLICITATION FOR TITLE II INSPECTIONS AT NAVAL CONSTRUCTION
BATTALION CENTER GULFPORT, MS AND NAVAL AIR STATION NEW ORLEANS, LA SOL
N62467-95-R-1104 DUE 083095 POC Admin questions: Ms. Frances Mitchell
(803) 743-0749 Work will require A-E services to provide inspection of
construction projects located at Naval Construction Battalion Center
Gulfport, MS and Naval Air Station New Orleans, LA and to make
recommendations upon which the Resident Officer in Charge of
Construction (ROICC) bases his acceptance of the work. These services
contain no authority to direct the construction contractor in any way.
The ROICC will be responsible for and execute signature upon all
correspondence and specific directives to contractors. The A-E shall
provide qualified personnel experienced in building construction,
estimating, and scheduling. Qualified personnel shall be capable of
reading construction contract drawings and specifications and
expressing themselves both orally and in writing; must have a knowledge
of building and construction crafts; an ability to assess means and
methods and equipment costs for contract modifications involving
various types of construction, including paving, drainage, utilities,
mechanical, electrical, plumbing, HVAC, and removal and disposal of
hazardous materials, investigate differing site conditions, resolve
customer requested changes and short term on-site specialty
inspections. A minimum of three years experience in general building
construction is required. Contract award is contingent on availability
of funds. Contract is for one year (approximately $300,000) with an
option for two option years-- total contract value not to exceed
$900,000. Minimum fee of $30,000 is guaranteed for the first year;
total value of orders placed during each contract period serves as the
minimum guaranteed fee for the option period. This guaranteed fee is
a recordable obligation at the time of award and as such shall be fully
funded. The following criteria, listed in descending order of
importance will be used for selection, 1. PROFESSIONAL QUALIFICATIONS:
a) Technical competence of individual staff members; and b) Experience
in multidiscipline construction projects. 2. SPECIALIZED EXPERIENCE:
Recent experience of individuals in: a) Repair, alteration, and
construction projects; b) Projects involving asbestos, lead paint and
hazardous material; c) Inspecting projects designed to DOD/Federal
criteria; d) Construction scheduling including automated software such
as ''Primavera''; e) Using cost control procedures; and f)
Post-construction contract award services to ensure construction
quality and reasonable cost. 3. PERFORMANCE: Past performance/ratings
of government agencies and private industry on contracts in terms of:
(a) Cost control, (b) Quality of work; and (c) Compliance with
performance schedules. 4. CAPACITY: Ability to sustain loss of key
personnel while accomplishing inspection services. 5. LOCATION: a)
Geographic location of firm (to ensure timely responses to
unanticipated requests for on-site support). b) knowledge of probable
site conditions, and c) knowledge of regulatory requirements (that
affect project construction). 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 staffing and depth of additional staff support is
requested as part of or in addition to the SF 255. Summarize in
descending order of significance, at least three of your most relevant
projects for the types of services described herein. 1. For each
presented project, provide the following information (where
applicable): a) contract modification results as compared to your
estimate and owner's programmed amount, b) project members, c) owner
point of contact (with telephone number). 2. Summarize proposed staff
(in tabular form) with the following data: a) firm name; b)
individual's name; c) work history with individual and consultant firm;
d) office location (home or branch office); e) applicable
education/experience and date(s); f) professional registration(s) and
certifications, date(s), and state(s); g) assigned responsibility; h)
percent of time committed to this project. 3. List number of
individuals not assigned to proposed team who could be used to augment
proposed team in the event of loss of personnel or failure to maintain
schedules. 4. A-E's slated for interviews will be required to submit
their Quality Assurance Project Plan (QAPP). The QAPP must include an
explanation of their management approach--an organizational chart
showing inter-relationship of management and field 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 THAT 12 PITCH FONT. Every page that is not a SF
254 will be included in the 25 page count) a SF 254 must be received in
this office not that than 4:00 P.M. EASTERN DAYLIGHT TIME on WEDNESDAY,
30 AUGUST 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 204.672.5. Label
lower right corner of outside mailing envelope with ''A-E Services,
95-R-1104''. This is not a request for proposal. Site visits will not
be arranged during advertisement period. ADDRESS ALL RESPONSES TO ATTN:
CODE 0213FM. (0207) Loren Data Corp. http://www.ld.com (SYN# 0013 19950727\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|