Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1996 PSA#1720

SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA 92132-5187

C -- A-E SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR SPECIALIZED ROOFING INSPECTIONS AND PLANS AND SPECIFICATIONS FOR ROOFING REPAIRS AT VARIOUS LOCATIONS IN THE WESTERN UNITED STATES & ALASKA SOL N68711-96-D-2305 DUE 121996 POC Tammie Maeder/Contract Specialist, (619) 532-3670, Julia Garcia/Contracting Officer, (619) 532-2678. Architect Engineer services are required for specialized roofing inspections as well as plans and specifications for roofing repairs at various locations in the western United States and Alaska. Required services include: visual roof condition surveys, roof moisture surveys using infrared, nuclear, and capacitance equipment as required, roof defect identification using USA CERL ''ROOFER'' methodology, development of roof management plans, preparation of USA CERL ''ROOFER'' maintenance management reports and associated documentation, preparation of Step II or other documentation required for funding approval, design services for roof repairs and/or replacements and associated work. Design services include preparation of drawings, specifications, design calculations and detailed construction cost estimates. Other services include amendments, field inspection of construction, consultation, preparation of as-built drawings, and asbestos material identification and sampling. The length of the contract will be 365 days from the date of the contract award or until the $500,000 limit is reached. After the first 365 days, the Government has the option to extend this contract for an additional 365 days or until an additional $500,000 is reached. If the Government exercises the option to extend the contract, the total amount of the contract shall not exceed $1,000,000. No one project will exceed $200,000. The minimum contract amount will be $25,000. The estimated start date is February 1997. A/E selection criteria will include (in descending order of importance): (1) Recent specialized experience of the firm and/or proposed consultants in: conducting roof moisture surveys using thermographic, nuclear and capacitance detection equipment as required on insulated built-up and single ply roofing systems, conducting visual inspections for defects in low slope and steep slope roofing systems, preparation of designs for replacement of single ply and built-up roofing systems with type C or D exposures which experience zone 2 or 3 velocity pressures as described in Factory Mutual Loss Prevention Data Sheet 1-28S, preparation of plans, specifications and cost estimates for repair or replacement of a wide variety of existing low slope and steep slope roof systems including built-up, single ply and metal systems, using maintenance management systems to evaluate the condition of large roof inventories and develop sound action plans based on practical decision-making procedures that identify cost- effective repairs for each individual roof system based on its condition, designing roofing systems for maintainability, and asbestos sampling and testing in accordance with National Emission Standard for Air Pollutants (NESAP) and Occupational Safety and Health Administration (OSHA) standards. Do not list more than a total of 10 projects in block 8. Include point of contact name and phone number in block 8c for each project listed. Indicate which consultants from the proposed team, if any, participated in each project. (2) Professional qualifications and capabilities of the staff to be assigned to this project. Recent demonstrated experience of the team to be assigned to this project in: conducting roof moisture surveys using thermographic, nuclear and capacitance detection equipment as required on insulated built-up and single ply roofing systems, conducting visual inspections for defects in low slope and steep slope roofing systems, preparation of designs for replacement of single ply and built-up roofing systems with type C or D exposures which experience zone 2 or 3 velocity pressures as described in Factory Mutual Loss Prevention Data Sheet 1-28S, preparation of plans, specifications and cost estimates for repair or replacement of a wide variety of existing low slope and steep slope roof systems including built-up, single ply and metal systems, using maintenance management systems to evaluate the condition of large roof inventories and develop sound action plans based on practical decision-making procedures that identify cost-effective repairs for each individual roof system based on the its condition, designing roofing systems for maintainability, and asbestos sampling and testing in accordance with National Emission Standard for Air Pollutants (NESAP) and Occupational Safety and Health Administration (OSHA) standards. List only the team members who actually will perform major tasks under this contract. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Location in the general geographic area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (5) Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) List the small or disadvantaged or woman- owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged Business of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. One copy of the submittal package is to be received in this office no later than 3:00 P.M. Pacific Time on the due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and 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 firm. SF 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, 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 criteria (3). Firms, their subsidiaries or affiliates, 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. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s): 24. (0313)

Loren Data Corp. http://www.ld.com (SYN# 0013 19961112\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page