Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1996 PSA#1640

Engineering 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