|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1996 PSA#1590DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, COMMANDER,
ATLANTIC DIVISION, CONTRACTS OFFICE, CODE 02231, 1510 GILBERT STREET,
NORFOLK, VIRGINIA 23511-2699 C -- ARCHITECTURAL-ENGINEERING SERVICES FOR HOUSING REVITALIZATION,
GELA AND PORT LYAUTEY, NAVAL AMPHIBIOUS BASE, LITTLE CREEK, VIRGINIA
BEACH, VIRGINIA SOL N62470-96-R-8034 POC Contact Miss Bayla Mack,
804-322-8271/Mr. Dean Koepp, Head, Contract Support Branch,
804-322-8270 Architect-Engineer or Engineering Services are required
for preparation of plans, specifications, cost estimates, related
studies, and all associated engineering services, shop drawing review,
as-built drawing preparation, Quality Assurance Plan(QAP) preparation
(provides construction contract inspection requirements), Operation
and Maintenance Support Information (OMSI), construction inspection and
engineering consultation services during construction. The anticipated
design start date isSeptember 1996 with design completion by July
1997; construction inspection services if required start in October
1997 and end September 2000; preparation of OMSI if required may begin
in October 1997 and be completed by September 2000. The
projectencompasses the whole house revitalization of 260 enlisted homes
located at Gela (92) and Port Lyautey (168). The work involves complete
renovation of the kitchens to include replacement of cabinets,
countertops, sinks, range hoods, dishwashers,disposals and vinyl
flooring. Work also includes the renovation of bathrooms by replacing
plumbing fixtures, flooring, commode and lavatory, and in the master
bathroom installing a tub/shower. Other work includes replacement of
flooring in livingrooms, dining rooms, family rooms, bedrooms and
hallways with carpeting. Also being replaced are the siding, internal
and exterior doors, and electric systems. The perimeter security fence,
sewer mains, laterals and secondary feeds will be replaced.Additional
landscaping, sidewalks, street lighting, signage, bus stop and storage
sheds will be installed. The A&E must demonstrate his and each key
consultant's qualifications with respect to the published evaluation
factors for all services.Evaluation factors (1) through (6) are of
equal importance; factors (7), (8) and (9) are of lesser importance and
will be used as ''tie-breakers'' among technically equal firms.
Specific evaluation factors include: (1) Specialized Experience -
Firmswill be evaluated in terms of: (a) their past experience with
regard to the design of family housing communities; (b) experience with
designing facilities using the metric system of measurement as required
by the NAVFAC Metrication Conversion Policyfor Design, Planning and
Design Criteria, and NAVFAC Guide Specifications; (c) the firm's
experience in providing construction phase services (shop drawing
review, as-built drawing preparation, Quality Assurance Plan (QAP)
preparation, constructioninspection services, OMSI); and (d) firms will
be evaluated with respect to their knowledge of local codes, laws,
permits and construction materials and practices of the contract area
(southeastern Virginia); (2) Professional qualifications andtechnical
competence in the type of work required: Firms will be evaluated in
terms of the design staff's: (a) active professional registration; (b)
experience (with present and other firms) and roles of staff members
specifically on projectsaddressed in evaluation factor number one; (c)
capability to provide qualified backup staffing for key personnel to
ensure continuity of services and ability to surge to meet unexpected
project demands; and (d) organization and office management asevidenced
by management approach (management plan for this project), and
personnel roles in organization; (3) Ability to perform the work to
schedules noted above - Firms will be evaluated in terms of impact of
this workload on the design staff'sprojected workload during the design
period; (4) Past Performance - Firms will be evaluated in terms of one
or more of the following (with emphasis on projects addressed in
factor number one): (a) the process for cost control and the key
personresponsible; and (b) performance ratings/letters of
recommendations received; (5) Quality Control Program - Firms will be
evaluated on the acceptability of their internal quality control
program used to ensure technical accuracy and disciplinecoordination of
plans and specifications - list key personnel responsible; (6)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design;
(7) Firm location (provided thatapplication of this criterion leaves an
appropriate number of qualified firms, given the nature and size of the
contract); (8) Volume of Work - Firms will be evaluated in terms of
work previously awarded to the firm by DOD with the objective
ofaffecting an equitable distribution of DOD A&E contracts among
qualified A&E firms, including small and small disadvantaged business
firms and firms that have not had prior DOD contracts; and (9) Small
Business and Small Disadvantaged BusinessSubcontracting Plan - Firms
will be evaluated on the extent to which offerors 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 joint venture, teaming arrangement, or
subcontractor. Firms are required to prepare the cost estimate
utilizing the computerized CES, the specifications in the SPECSINTACT
system format, and all drawings shall be submitted in an
AutoCADcompatible format. The design contract scope may require
evaluation and definition of asbestos materials and toxic waste
disposition. Fee negotiations would provide for laboratory testing and
subsequent preparation of plans and specifications mayrequire
definition of removal and/or definition of disposal process. Firms
responding to this announcement must be prepared to accept the
aforementioned as a part of their contract responsibility. Estimated
construction cost is more than $10,000,000.Type of contract: Firm Fixed
Price. Estimated start date is September 1996.--Architect-Engineer
firms which meet the requirements described in this announcement are
invited to submit completed Standard Forms (SF) 254 (unless already on
file) and 255,U. S. Government Architect-Engineer Qualifications, to
the office shown above. In Block 10 of the SF 255, discuss why the firm
is especially qualified based upon synopsized evaluation factors; and
provide evidence that your firm is permitted by law topractice the
professions of architecture or engineering, i.e., State registration
number. For selection evaluation factor (1), provide the following
information for only the staff proposed for this work using these
column headings: ''NAME'', ''RELATEDPROJECTS WORKED ON'', ''YEAR'',
''FIRM'', and ''TECHNICAL ROLE''. Use Block 10 of the SF 255 to provide
any additional information desired and continue Block 10 narrative
discussion on plain bond paper. All information must be included within
the SF 255.Provide a synopsis of the scope of work, point of contact
and telephone number for each project listed in SF 255 Block 8. Firms
having a current SF 254 on file with this office and those responding
by 4:00 p.m. EST, 11 June 1996 will be considered.Late responses will
be handled in accordance with FAR 52.215-10. Neither hand carried
proposals nor facsimile responses will be accepted. Firms responding to
this advertisement are requested to submit only one copy of
qualification statements. Thequalification statements should clearly
indicate the office location where the work will be performed and the
qualifications of the individuals anticipated to work on the contract
and their geographical location.--This proposed contract is
beingsolicited on an unrestricted basis, therefore, replies to this
notice are requested from all business concerns.--The small business
size standard classification is SIC 8712 ($2,500,000).--This is not a
request for proposals. Inquiries concerning thisproject should mention
location and contract number. See Note 24. (0127) Loren Data Corp. http://www.ld.com (SYN# 0020 19960507\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|