|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1996 PSA#1631Officer in Charge of Construction, NAVFACENGCOM Contracts, Marianas,
PSC 455, Box 175, FPO AP 96540-2200 C -- INDEFINITE QUANTITY A-E SERVICES FOR PLANNING/PROGRAMMING
DOCUMENTS FOR VARIOUS BUILDINGS AND FACILITIES PROJECTS, VARIOUS
LOCATIONS, GUAM, M.I. SOL N62766-96-R-0007 POC Contact Ms. Doris
Castro, Contract Specialist, (671) 333-2985/7 FAX 339-4248 This
proposed contract is for special project documentation of repairs,
repair by replacement, maintenance and combination projects over
$300,000; construction, expansion or alteration work costing over
$200,000; and equipment installation over $200,000;. A combination
project is a project which involves repair and maintenance; repair and
construction; maintenance and construction; or repair, maintenance and
construction. The construction portion of a combination project shall
be less than $200,000. The Special Project Documentation shall consists
of the following: Step II project format; Cost Estimate; Record of
Categorical Exclusion with Letter of Concurrence from the Guam
Historical Preservation Office for ''No Property'' or ''No Effect''
determination will be accomplished by PWC Environmental Dept.; Site
Approval Request, Part I, Non-encumbered site) and Site Approval
Request, Part II, with 9 copies of Site Approval Maps (Within Explosive
Quantity Distance - ESQD); Project Data Sheet (PDS); Preliminary Hazard
List (PHL), or Preliminary Hazard Analysis if appropriate; Site,
Vicinity or Location Maps, and sketches. MILCON project documentation
will be prepared for construction (or alteration) project costing over
$300,000. MILCON project documentation will be prepared for new
construction, repair, upgrade, alterations, maintenance and retrofit
projects for housing units. Services for non-housing MILCON Projects:
Prepare DD Forms 1391 and 1391c; Facility Study; Cost Estimate;
Economic (Life Cycle Cost) Analysis; Record of Categorical Exclusion
with Letter of Concurrence from the Guam Historic Preservation Office
for ''No Property'' or ''No Effect'' determination will be accomplished
by PWC Environmental Dept.; Site Approval Request; Project Data Sheet
(PDS); Preliminary Hazard List (PHL), or Preliminary Hazard Analysis if
appropriate; Site, Vicinity or Location Maps, and sketches. Services
for Housing MILCON Projects: Prepare DD Forms 1391 and 1391c; Cost
Estimates; Economic (Life Cycle Cost) Analysis; Record of Categorical
Exclusion with Letter of Concurrence from the Guam Historical
Preservation Office for ''No Property'' or ''No Effect'' determination
will be accomplished by PWC Environmental Dept.; Site, Vicinity or
Location Maps, Sketches, and 8x10 colored photos (3 each) and slides.
All work shall be performed in accordance with A-E Guide for
Architect-Engineer Firms Performing Services for the Dept. of the Navy,
(PACNAVFACENGCOM P-74, November 1995), NAVFAC P-164, Detailed Inventory
of Naval Shore Facilities, NAVFAC P-72, Dept.of the Navy Facility
Category Codes, OPNAVINST 11010.20F, Facilities Projects Manual,
NAVFACINST 11010.44E, Shore Facilities Planning, NAVFAC P-80, Facility
Planning Criteria for Navy and Marine Corps Shore Installations,
NAVFAC P-930, Navy Family Housing Manual, OPNAVINST 5090.1B, 36 CFR
800.4, Identifying Historic Properties, PACNAVFACENGCOM Ltr Ser 11010
202A/10212 of 17 Dec 1990, Subject: Facility System Safety Requirements
in Military Construction (MCON) Project Documentation,
PACNAVFACENGCOMNOTE 5100 Ser 408/20 of Nov 1992, Subject: Command
Facilities System Safety Program, NAVFAC P- 442, Economic Analysis
Handbook, NAVFAC Ltr Ser 11012 04A1C/1651/20Z1 of 16 Dec 1991, Subject:
Economic Analysis/Life Cycle Costing for Military Construction (MILCON)
Design, COMNAVFACENGCOM Ltr 11101 082T of 21 Apr 93, Subject: Economic
Analysis for Family Housing Revitalization/Replacement Projects, U.S.
Dept. of Commerce Energy Prices and Discount Factors for Life- Cycle
Cost Analysis and NAVFACINST 6240.3A, Dept. of the Navy Pollution
Control Reports. This A-E contract will be an indefinite quantity type
under which engineering works are authorized on an ''as required''
basis during the life of the contract. The guaranteed minimum amount is
$10,000.00. The total A-E fees for this contract shall not exceed
$200,000.00 and individual fees for any one project shall not exceed
$99,000.00. The contract term shall be for a period of one year, or
until the $200,000.00 limit is reached, whichever occurs first. The
Government has the option to extend the term of the contract in
accordance with the OPTION TO EXTEND THE TERM OF THE A-E CONTRACT
clause. The total contract term, including option shall not exceed 24
months. The A-E services shall include all field and office work
required to complete the programming/planning documents. Field work
include all required site visits and investigations to thoroughly
identify scope of work and provide reliable project cost estimates.
Firms responding to this announcement should indicate their business
status in Block 10 of the Standard Form (SF) 255 submission. The
following selection criteria, in relative order of importance, will be
used in the evaluation of architect-engineer firms: (1) Recent
specialized experience of the firm and proposed consultants in the type
of work required especially infrastructure repair and construction in
tropical environments. List projects successfully designed in the last
five years (DO NOT list more than 10 projects) (2) Professional
qualifications of the staff (in-house and/or consultant(s)).
Specialized experience and technical competence of the proposed
engineering/technical staff who will perform the work. For relevant
jobs listed in Section 8 of the SF 255, the A-E firm must provide the
following for each job listed: (a) relevant professional qualifications
of team members, i.e., relevant experience of project team leaders, and
similar recent projects completed; (b) performance rating; and (c) a
reference (list of contacts) with telephone number. (3) Capacity to
accomplish the work in the required time. Describe how work will be
accomplished in the required time, including the composition of the
team and availability of staff. (4) Past performance on contracts with
DoD agencies and private industry in terms of cost control (describe
process of cost control in terms of budget control throughout the
design effort as well as bid result, and name of key person
responsible), quality of work, and compliance with performance
schedules. Describe quality control program with demonstrated results
of reducing design errors and/or omissions (provide name of key person
responsible). (5) Location of the firm in the general geographical
area of the project and knowledge of the locality, including
appropriate selection of construction material and methods; provided,
that there is an appropriate number of qualified firms therein for
consideration. (6) Demonstrated success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility design. (7) Volume of work previously awarded to the firm
by the Department of Defense during the last 12 month period. If the
selected (slated) firm is a large business concern, submission of a
subcontracting plan will be required before the final selection
process. Each firm's past performance and performance rating(s) will be
reviewed during the evaluation process and can affect the selection
outcome. Those firms which meet the requirements described in this
announcement and wish to be considered, must submit one copy each of SF
254 and SF 255 for the firm and SF 254 for each consultant listed in
block 6 of the firm's SF 255. IN BLOCK 10 AND AN ADDENDUM THERETO, IF
NECESSARY, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF
THE ABOVE SELECTION CRITERIA. FOR SELECTION CRITERIA (2), PROVIDE THE
FOLLOWING INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING
THESE COLUMN HEADINGS: ''NAME'', ''RELATED PROJECTS WORKED ON'',
''YEAR'', ''FIRM'', AND ''TECHNICAL ROLE''. Show the office location
where work will be done and describe the experience and location of
those who will do the work. Additional information requested of
applying firms: indicate solicitation number in block 2b, Contractor
Establishment Code (CEC) and/or Duns number (for the address listed in
block 3) and TIN number in block 3. For firms applying with multiple
offices, indicate the office which completed each of the projects
listed in block 8 and list which office is under contract for any
contracts listed in block 9. Firms not providing the requested
information in the format (e.g., listing more than a total of 10
projects in block 8, not providing a brief description of the quality
control program, not listing which office of multiple office firms
completed projects listed in block 8, etc.) directed by this synopsis
may be negatively evaluated under selection (4). A-E firms which meet
the requirements described in this announcement are invited to submit
SF 254 (unless already on file) and SF 255 to Officer In Charge of
Construction, NAVFACENGCOM Contracts, Marianas, PSC 455 Box 175, FPO AP
96540-2200; Location Address: Building 101, Ground Floor, U.S. Navy
Public Works Center, Guam Complex, 96910. Firms responding to this
announcement by 22 August 1996 at 4:00 PM (GUAM TIME) will be
considered. THIS IS NOT A REQUEST FOR PROPOSAL. (0185) Loren Data Corp. http://www.ld.com (SYN# 0022 19960705\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|