|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1995 PSA#1463OICC ROICC Cherry Point, NAVFACENGCOM Contracts, PSC Box 8006, Cherry
Point, NC 28533-0006 C -- FIRM-FIXED-PRICE CONTRACT FOR STRUCTURAL ENGINEERING DESIGN
SERVICES Sol N62470-96-D-5832 due 120795. Contact Mr. Larry Leland,
Telephone (919)466-4721, Contracting Officer, M.J. Patterson, CDR, CEC,
USN. This solicitation is for a structural engineering design contract
for project CP5030M ``Repairs to Trusses, Phase 2, Building 133''
involving investigation and design for the replacement of unsound wood
roof trusses covering an area of approximately 80,000 SF of Naval
Aviation Depot building #133. Estimated construction cost is between
$1,000,000-$5,000,000. Total design fee shall not exceed $300,000.
Duration of contract shall be for one year. The investigation stage
shall review prior structural evaluation reports, confirm current
conditions, and prepare a new report of findings. The report of
findings shall include a recommended construction sequence that will
produce a minimum of impact on production activities and ensure that
mechanical, electrical, and fire protection needs are not unnecessarily
interrupted. It shall also produce a detailed preliminary construction
cost estimate. The design phase shall not commence until the
investigation report has been reviewed and accepted by the Government.
The design phase shall include the preparation of drawings and
specifications ready for contract advertisement. New steel trusses
shall meet current design standards and be capable of supporting 4,000
pound hoists. The design shall show all existing utilities on the
existing trusses and show the replacement and location of these
utilities on the new trusses. Post design services shall include shop
drawing review. This is not a request for proposals. The design
contract will be of the firm fixed price type. Typical expertise
required includes structural, mechanical, electrical, and fire
protection. Some identification and removal design for lead paint and
asbestos materials may be needed. Firm must be prepared to accept the
aforementioned as a part of their contract responsibility. The firm
must demonstrate qualifications with respect to the evaluation factors
stated herein. The A&E must demonstrate his and each key consultant's
qualifications with respect to the published evaluation factors for
design and all option services. Evaluation factors (1) and (2) are of
equal and greatest importance; factors (6) and (7) are of lesser
importance than factors (1) through (5). Pertinent statements relative
to the evaluation factors shall be included in Part 10 of Form SF 255.
Superfluous information is discouraged. Specific evaluation factors
include: (1) Professional qualifications of the firm's proposed
personnel and its consultants (if proposed), necessary for satisfactory
performance of required services. Resumes shall be included only for
key persons expected to perform work under this contract, shall show
location of assigned office, shall briefly describe anticipated role in
performing contract work, and shall highlight specific training,
certification and experience relative to anticipated contract project
assignments. (2) Specialized recent experience of the firm (including
consultants) and technical competence in the type of work required.
Cite examples of prior work relationship) with proposed
consultants/associates. In SF 255 Block 8, provide a synopsis of the
scope of work, point of contact and telephone number for each project
listed. Specific projects listed shall include a cross reference to the
names of persons identified in evaluation factor 1. Provide evidence
that your firm is permitted by law to practice the profession of
engineering in the State of residence, i.e., state registration number.
(3) Capacity to accomplish the work in the required time. Firms shall
indicate projected workloads through the life of the contract and shall
identify any major pending projects or organizational changes that
could impact the ability to dedicate personnel and resources to this
contract. (4) Past performance on contracts with Government agencies
and private industry in terms of demonstrated compliance with
performance schedules for projects listed in Block 8 and evidence of
demonstrated long term business relationships and repeat business with
Government and private customers. Firms are encouraged to submit
contact names, performance ratings, and letters of commendation
received for the specific projects identified in evaluation factor 2.
(5) Specific internal quality control procedures proposed for projects
of this nature. Firm will be evaluated on the acceptability of their
internal quality control program used to ensure technical accuracy and
discipline coordination for engineering services, plans and
specifications. (6) Geographical location of the firm (including
consultants) and knowledge of the locality of the work area.
Application of this criteria is contingent upon receiving an
appropriate number of qualified firms, given the nature and size of the
project. (7) The volume of work previously awarded to the firm by the
Department of Defense (DOD) shall also be considered, with the object
of effecting an equitable distribution of DOD architect-engineer
contracts among qualified architect-engineer firms. Firms shall list
contract titles and the total dollar value of DOD contracts that they
have been awarded over the last twelve month period. Firms which meet
the requirements described in this announcement are required to submit
one copy each of completed SF 254 and SF 255 forms. Copies of SF 254
forms are also required for proposed consultants and copies of SF 255
forms are encouraged for proposed consultants who are expected to
contribute significantly to the contract. Inquiries shall refer to
contract number and title. This proposed contract is being solicited on
an unrestricted basis. (299) Loren Data Corp. http://www.ld.com (SYN# 0022 19951030\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|