|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21,1995 PSA#1495Navy Public Works Center Jacksonville, Code 230, Jacksonville, Florida
32212-0030 R -- INDEFINITE QUANTITY CONTRACT FOR FIRE PROTECTION ENGINEERING
ARCHITECTURAL/ENGINEERING SERVICES FOR PROJECTS AT GOVERNMENT
INSTALLATIONS SERVICED BY NAVY PUBLIC WORKS CENTER JACKSONVILLE SOL
N68931-96-R-0023 DUE 013096 POC Ms. Samantha Shelton, Contract
Specialist, (904) 772-5031, extension 8231. 17. Architect-Engineer
(A&E) Services are required for Fire Protection Engineering. This
contract may include preparation of Fire Protection plans,
specifications and cost estimates. The Fire Protection Engineer may be
required to provide code reviews, reports and related studies for
various building and structure types. The Fire Protection Engineer
shall review design submittals of various building and structure types
from A&E firms under contract with Navy Public Works Center
Jacksonville. The purpose of this review shall be to verify the
contract documents are in compliance with all applicable National Fire
Codes, standards and regulations. The Fire Protection Engineer shall
have a thorough understanding which shall include but not be limited
to, the latest editions of the following most widely used codes: the
National Electrical Code (NFPA 70), the Life Safety Code (NFPA 101),
the Flammable and Combustible Liquids Code (NFPA 30), the Standard for
the Installation of Automatic Sprinkler Systems (NFPA 13), the
Standard for the Storage and Handling of Liquefied Petroleum Gases
(NFPA 58), and the Standard for Health Care Facilities (NFPA 99). In
addition, the Fire Protection Engineer shall be knowledgeable of and
comply with all applicable Naval Facilities Engineering Command
requirements involving Fire Protection Engineering design. The Fire
Protection Engineer shall provide technical assistance to the Resident
Officer In Charge of Construction. This assistance may include on-site
investigations, surveys, testing, certifications and inspections for
various building and structure type projects under construction, shop
drawing and contractor submittal review, and preparation of record
drawings. The Fire Protection Engineers proposed by the A/E firm for
this contract shall be registered as Certified Fire Protection
Engineers. The firm shall only provide examples of various building and
structure types for which both the firm and the proposed team members
have done Fire Protection Enginering services. All evaluation criteria
shall be addressed in Block 10 of the SF255. The work will be located
within the area of Florida, Georgia, South Carolina, Puerto Rico, and
Guantanamo Bay, Cuba. The firm shall be required to submit drawings in
an AUTOCAD compatible format, either DXF or DWG on DOS high density 3
1/2'' floppy disks. Specifications shall be generated utilizing
SPECSINTACT. The criteria listed below will be used for selection.
Evaluation criteria (1) through (5) are of equal importance and
criteria (6) and (7) are of less importance. Specific evaluation
criteria are as follows: Criterion 1, Specialized Experience: Firms
will be evaluated in terms of their past experience with regard to the
services listed in the project description, Criterion 2,
Qualifications: Professional qualifications and technical competence in
the type of work required. The firm shall provide an organization chart
and office management plan for this contract. Firms will be evaluated
in terms of the following: A) experience of the firm and proposed team
members specifically on Fire Protection Engineer services addressed in
evaluation criteria number one, B) capability to provide qualified
back-up staffing for key personnel to ensure continuity of services and
ability to surge to meet unexpected project demands, Criterion 3,
Capacity: Professional ability to perform multiple projects
concurrently with a total potential fee of $200,000 per year. The firm
shall document current workload, projected workload, and workload
generated by this contract. The firm shall document its experience
handling multiple tasking of various sizes within an abbreviated time
frame, Criterion 4, Past Performance: Firms will be evaluated in terms
of the following: A) demonstrated long-term business relationships and
repeat business with Government and private customers, B) awards
received related to Fire Protection Engineering work, C) letters of
recommendations received from past and present clients, Criterion 5,
Quality Control Program: Firm's internal quality control program used
to ensure technical accuracy and interdisciplinary coordination of
plans and specifications, Criterion 6, Geographic Location: Firms will
be evaluated in terms of the following: A) Location of the firm and
its knowledge of the geographical areas identified for this contract,
provided that application of this criterion leaves an appropriate numbe
of qualified firms, B) Knowledge of local codes, laws, permits,
construction materials, and practices in the geographical areas
identified for this contract, C) Knowledge of probable site conditions
that may arise in these geographical areas, Criterion 7, Volume of
Work: Firms will be evaluated in terms of the amount of work previously
awarded to the firm by the Department of Defense (DOD). The objective
being, an effective and equitable distribution of DOD
Architect-Engineer contracts among qualified firms which include small,
small disadvantaged businesses and firms without prior DOD contracts.
The duration of contract will be for one (1) year from the date of an
initial contract award or $200,000 in fees, whichever comes first. The
Government reserves the option to extend the contract an additional 12
months or $200,000 in fees, whichever comes first. Subject to necessary
changes, the total A&E fee that may be paid under this contract will
not exceed $400,000. The work will be ordered by issuance of delivery
orders at predetermined rates. Multiple awards may be made as a result
of this solicitation. No other general notification to firms for other
similar projects performed under this contract will be made. Type of
Contract: Firm Fixed-Price Indefinite Quantity. Architect-Engineer
firms which meet the requirements described in this announcement are
invited to submit completed Standard Forms (SF) 254 Architect- Engineer
and Related Services Questionnaire and 255, Architect- Engineer and
Related Services Questionnaire for Specific Project to the office shown
above. Interested firms are requested to include telefax numbers, the
Contractor Establishment Code (formerly the DUNS number), Commercial
and Government Entity (CAGE) Code, if known, and Taxpayer
Identification Number (TIN) in Block 3 of the SF 255. All evaluation
criteria shall be addressed in Block 10 of the SF255. All information
must be included within the SF 255, cover letter and other attachments
will not be considered in the evaluation process. Provide a synopsis
of the scope of work, point of contact and telephone number for each
project listed in SF 255, Block 8. Label the lower left hand corner of
the envelope with the solicitation number. Firms responding by 4:00
p.m. EST, January 30, 1996 will be considered. Facsimile responses will
not be accepted. Firms responding to this advertisement are required to
submit two copies ofqualification statements. The Synopsis
Qualification Statements should clearly indicate the office location
where the work will be performed and identify the individuals and
qualifications of those anticipated to work on the contract and their
office location. This proposed contract is being solicited on an
unrestricted basis, therefore, replies to this notice are requested
from all business concerns. Before award of contract, the
Architect-Engineer (if not a Small Business Concern) shall agree in the
contract, by incorporation of an acceptable small business and small
disadvantaged business subcontracting plan in accordance with FAR Part
19.7, that small business concerns and small disadvantaged business
concerns shall have the maximum practicable opportunity to participate
in contract performance consistent with its efficient performance. The
small business size standard classification is SIC 8711 ($2,500,000).
This is not a request for proposal. See Note 24. (0353) Loren Data Corp. http://www.ld.com (SYN# 0045 19951220\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|