|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1996 PSA#1640Engineering Field Activity, NW, NAVFACENGCOM, 19917 7TH Ave NE,
Poulsbo, WA 98370-7570 C -- ARCHITECT-ENGINEER SERVICES FOR FY-98 MCON PROJ.P-317, CHILD
DEVELOPMENT CENTER, AND FY-99 MCON PROJ. P-323, RELIGIOUS MINISTRY AND
FAMILY SERVICE CENTER, PSNS, BREMERTON, WA SOL N44255-96-C-0161 POC
Mary Jo Juarez, Contract Specialist, (360) 396-0264, Kathy Ching,
Contracting Officer, (360) 396-0264. DESCRIPTION: Firm fixed-price
Architect-Engineer services are required for the preparation of plans
and specifications for the purpose of bidding and construction of two
projects on adjacent sites. The first is a FY-98 MCON project for a
2,090 square meter Child Development Center (CDC) for 300 children at
Jackson Park Housing Area, Bremerton, Washington. The facility will be
comprised of a one-story, steel frame building, with masonry walls,
standing seam metal roof, and an 1,858 square meter playground. The CDC
shall include rooms for infants, pre-toddlers, toddlers, and pre-school
age children, as well as, reception and administration areas, teacher's
preparation room, staff lounge, storage areas, laundry room, kitchen
and food storage area, janitorial and mechanical spaces (site work for
both projects include all utilities, parking, landscaping and
irrigation). The second project is an FY-99 MCON project for a two
story combined 3,214 square meter chapel, religious education, and
family service center (FSC). The Religious Ministry/FSC will be capable
of seating 600 persons and will include a multi-purpose room,
classrooms, a kitchen and staff offices. The Family Service Center will
contain classrooms, a reception area, private counseling rooms, as well
as it's own staff offices. The Religious Ministry/FSC is not currently
authorized for design. Therefore, site planning, utilities, and other
''shared'' needs between the two projects must be considered during
site planning and design development of the CDC. Design of the
Religious Ministry will be an option to the basic contract. During
performance of the work asbestos, lead paint, hazardous
materials/waste, or pollution abatement may be encountered. Preparation
of INTERGRAPH Microstation or AUTOCAD compatible computer drawing data
on electronic media is required. Preparation of computer automated
specifications using SPECSINTACT is required. The estimated
construction cost is between $5,000,000 and $10,000,000. SELECTION
CRITERIA: Prioritized selection criteria in descending order of
importance are: (1) Professional qualifications of the staff to be
assigned to this project, including subconsultants, and their
respective background in the design of facilities which include day
care AND educational pre-school, infant care, on-site food preparation,
and religious facilities similar to the requirements identified above.
List only the team members who will actually perform major tasks under
this contract. Key personnel must have professional registration in
their discipline. In Block 4 of the SF 255 (Personnel by Discipline)
show the entire proposed team by listing personnel employed by the
prime in the blanks provided and personnel from consultants to the left
of the parentheses. In Block 7 of the SF 255, indicate branch office
location of each team member including key consultant's personnel. (2)
Recent specialized experience and technical competence of the firm
(including subconsultants) in the design of types of facilities as
previously stated under (1) above. Experience shall include, but not be
limited to: (a) site investigations, cost analysis, engineering
studies, interior design, and enviornmental mitigation for similar
projects completed in the past five years; (b) Design plans and
specifications completed within the last five years; (c) Capability to
provide A-E services in System International (SI); (d) Capability for
preparation of INTERGRAPH Microstation or AUTOCAD compatible computer
drawing data on electronic media; (e) Capability to provide
specifications in SPECSINTACT. Do not list more than 10 projects in
Block 8 of the SF 255. Indicate which consultants from the proposed
team, if any, participated in the design of the facilities identified
in Block 8. (3) Design Quality Control Program. Provide information
describing the quality control program and key procedures including
coordination of subcontractor's quality control program. Include
documentation that demonstrates successful application of the quality
control program on 3 to 5 of the projects identified in Block 8 in
response to criteria (2) above. All firms which are slated for
interviews will be asked to bring a copy of a Design Quality Control
Plan that was used on one of the projects identified in Block 8 in
response to criteria (2) above. (4) Past performance on contracts of a
similar nature with government agencies and private industry in terms
of cost control and compliance with performance schedules. Show
representative examples of bid prices compared to A-E estimates on
recent projects from the planning stage to bid. Show cost control
measures taken and office procedures used to ensure design is within
boundary limits. List the results of 3 to 5 of the projects identified
in response to criteria (2) above. List recent awards, commendations
and other performance evaluations. (5) Capacity to accomplish the work
in the required time limits. Discuss the impact of this workload on
the firm's permanent staff, projected workload during the contract
period, the firm's history of successfully completing work in
compliance with performance schedules, and the firm's history of
providing timely submittals. Indicate the firm's present workload and
the availability of the project team (including consultants) for the
specified contract period. Address the history and working relationship
with the consultants to be utilized. (6) Knowledge of the locality of
the project. Demonstrate knowledge of conditions and requirements for
design and construction in the locality. (7) Demonstrated success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. ***Note: Criteria
numbers (8) through (10) shall be used as secondary evaluation factors
should the application of criteria numbers (1) through (7) result in
firms being ranked as equals. ***(8) Location of the firm in the
general geographic area, provided that the application of this
criterion leaves an appropriate number of firms given the nature and
size of this project. (9) Use of small or small disadvantaged or
women-owned business firms as primary consultants or as subcontractors.
(10) Volume of work previously awarded by the DoD to the firm. This
information shall be recorded in Block 9 of the SF-255 by listing the
total amount of prime DoD fees awarded for the previous 12 months.
GENERAL INFORMATION: The estimated design start date is January 1997.
The estimated design completion date is December 1997. A small
business/small disadvantaged business subcontracting plan may be
required in accordance with FAR 19.702. The Standard Industry Code
(SIC) for this procurement is 8711. The small business size standard is
$2.5 Million annual average gross revenue for the last three fiscal
years. Qualified firms desiring consideration shall submit one copy of
an SF-254, and SF-255 including organization chart of key personnel to
be assigned to this contract and each subconsultant current SF-254 to
Ms. Mary Jo Juarez, Code 0212MJ, 19917 7th Ave. NE, Poulsbo, WA 98370
not later than Close of Business (4:00 p.m. local time) 30 calendar
days (first working day following a weekend or holiday) after
publication in the Commerce Business Daily. Failure to submit the
aforementioned items and the amount of DoD fees awarded to the firm
will reflect negatively on the firm's submittal during the evaluation
process. Discuss why the firm is especially qualified based on the
selection criteria in Block 10 of the SF-255. 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. Use Block 10 of the SF-255 to provide
any additional information desired. Personal interviews may not be
scheduled prior to selection of the most highly qualified firms.
Elaborate brochures or other presentations beyond those sufficient to
present a complete and effective response to this announcement are not
desired. Firms which design or prepare specifications for a
construction contract or procurement of supplies cannot provide the
construction or supplies. This limitation also applies to subsidiaries
and affiliates of the firm. Telegraphic and facsimile SF-255's will
not be accepted. Site visits will not be arranged during the submittal
period. Debriefing requests wil not be entertained prior to 45 days
after the SF 254/255 submittal due date. This project is open to all
business concerns. No additional technical information is available.
This is not a request for proposals. (0199) Loren Data Corp. http://www.ld.com (SYN# 0022 19960718\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|