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