|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717Officer in Charge of Construction, Naval Air Station Atlanta, Building
70, 1000 Halsey Ave, Marietta, GA 30060-5099 C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURE/ENGINEERING
SERVICES FOR VARIOUS PROJECTS IN GEORGIA SOL N62467-97-R-3201. Due
121996. Contact Linda Doerner, 770/919-6513, Contracting Officer,
Carolyn S Beynon, 770/919-6686. This solicitation is unrestricted, open
to all A/E firms and is for an indefinite quantity contract for various
architect/engineering services which includes preparation of plans,
specifications and cost estimates for repairs, alterations and/or new
construction associated with architectural/engineering projects.
Studies, collateral equipment lists, review of contractor submittals,
construction field inspection and as-builts preparation may be
required. Projects assigned to this contract could include any of the
following disciplines: Architectural, Civil/Structural, Mechanical and
Electrical. Contract award is contingent on availability of funds. The
contract period is one year with a one year option. The maximum
contract value shall not exceed $600,000; $300,000 for the base year
and $300,000 for option year. No one delivery order will exceed
$149,000. A minimum fee of 5% of the estimated maximum contract value
will be guaranteed for both base and option year. Selected A/E is
required to participate in predesign/prenegotiation conference and site
visit within seven (7) days of notification of selection and provide
fee proposal within ten (10) days after site visit. The following
criteria, listed in descending order of importance, will be used for
the basis of selection: 1. PROFESSIONAL QUALIFICATIONS: a) Technical
competence of the firm to perform the types of work identified.
Technical competence of individual design team members to design
alterations, repairs and new construction projects; b) Experience in
and knowledge of multi-discipline design projects and of Navy
regulations through recent design experience; c) professional
registration of each discipline's lead designer. 2) SPECIALIZED
EXPERIENCE: a) Recent multi-discipline experience of the proposed
design team members in designing repair, alteration and new
construction projects to Navy design criteria; b) Designing projects
involving asbestos; c) Post construction contract award services to
ensure design and construction quality. 3) PERFORMANCE: a) Past
performance on contracts with government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedules. 4) CAPACITY: a) Professional ability to
accomplish multiple projects simultaneously; b) Ability to sustain loss
of key personnel while accomplishing the work within required time
limits; 5. LOCATION: a) Knowledge of probable site conditions; b)
Knowledge of regulatory requirements that would affect projects; c)
Geographic location of firm to ensure timely response to unanticipated
request for on-site support. 6. VOLUME OF DOD WORK: a) Firms will be
evaluated in terms of work previously awarded to the firm by DOD within
the past twelve months with the objective of effecting an equitable
distribution of contracts among qualified A/E firms. In order to assist
the committee to more efficiently review all applications, a summary of
experience, proposed team staffing and depth of additional staff
support is requested as part of or in addition to the SF 255 as
follows: 1. Summarize not more than two of each type (i.e.,
architectural, civil/structural, mechanical and electrical) of your
most relevant projects. For each presented project, provide the
following information (where applicable): a) bid results as compared to
your estimate and owner's programmed amount; b) Project team members;
c) Owner point of contact (with telephone number); d) Number and dollar
value of design error and/or design omission related changes; e)
Original design submission schedule, owner approved time extensions and
final execution schedule (in bar chart format). 2. Summarize proposed
team (in tabular form) with the following data: a) Firm name; b)
Individual's name; c) Work history with the individual and consultant
firm; d) Office location (home or branch office); e) Professional
degree(s) and date(s); f) Professional registration(s), date(s), and
state(s); g) assigned team responsibility; h) Percent of time committed
to this team; i) Synopsis of design experience including firm name(s),
years with each firm and type of design experience with each firm. 3.
List number of individuals in each discipline not assigned to proposed
team who could be used to augment proposed team in the event of loss of
personnel or failure to maintain schedules. 4. A/E's slated for
interviews will be required to submit their Design Quality Assurance
Plan (DQAP) and a portfolio of architectural design work prior to
selection interviews. The DQAP must include an explanation of your
management approach, an organizational chart showing inter-relationship
of management and design team components and specific quality control
processes. For consideration, submit one original SF 254 and SF 255.
The submittal package must be received in this office not later than
4:00 PM EASTERN TIME on DECEMBER 19, 1996. Submittals received after
this date and time will not be considered. If additional firms are
needed for consideration, SF 254s already on file will be used. Clearly
show location of office(s) and experience/education/location of
individuals who will perform the work. Interested firms are requested
to include telefax numbers on their SF 255 in Block 3a and Contractor
Establishment Code (formerly DUNS number), commercial and Government
Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN)
in Block 3. The DUNS, CAGE and TIN are discussed in DoD FAR Supplement,
Part 204, Subpart 204.671-5. Label lower right corner of envelope with
``A/E Services, N62467-97-R-3201''. This is not a request for
proposal. Site visits will not be arranged during advertisement period.
All responses from responsible sources will be considered. Address all
responses to ATTN: Code 80C. (309) Loren Data Corp. http://www.ld.com (SYN# 0005 19961106\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|