|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1996 PSA#1731Navy Public Works Center, 9742 Maryland Avenue, Norfolk, VA 23511-3095,
Attn: Facilities Contracting Department, A&E Management Division, Code
022 C -- INDEFINITE QUANTITY A&E CONTRACT FOR ARCHITECTURAL SERVICES AT
NAVAL BASE NORFOLK, VIRGINIA AND OTHER INSTALLATIONS Sol
N00187-96-R-8236. Contact Mr. Robert A. Lemon, P.E., Contracting
Officer, 757/444-4200. Architect and Engineering Services are required
to perform architectural services for preparation of plans,
specifications, cost estimates, related studies, and all associated
engineering for architectural projects. Firms must demonstrate their
qualifications, with respect to the evaluation factors stated herein,
to perform design of the following repair/alteration type projects for
personnel support facilities such as barracks, gymnasiums,
administration buildings, recreation facilities, family housing, etc.,
and industrial type facilities such as shop buildings, warehouses,
small plants, maintenance buildings, etc. Typical assignments may
involve repair, alteration, replacement, or new of such items as roofs,
windows, siding, toilets, ceilings, floors and floor coverings, walls,
ramps, stairs and stairwells, doors, fascia, gutters and down spouts,
etc. This is typical type design work but is not all inclusive. A seed
project has not been designated for this indefinite quantity contract.
The type of contract is firm fixed price. The initial conditions are
12 months or $2,000,000 fee from the time of contract award, whichever
occurs first. The Government reserves the option to extend the
contract for one additional year. The estimated construction costs of
most projects is normally $100,000 to $2,000,000. Studies normally are
in the range of $10,000 to $50,000. The Government reserves an option
to award construction inspection services. The firm must demonstrate
its and each key consultant's qualifications with respect to the
established evaluation factors as stated herein. Evaluation factors (1)
through (5) are of equal importance; factors (6) through (9) are of
lesser importance, but will be used to assist in the selection,
especially should one or more firms be essentially equally qualified
for Factors (1) through (5). Specific evaluation factors are: (1)
Professional qualifications and technical competence of the designated
design team: Firms will be evaluated in terms of; (a) Design team
(includes consultants) experience involving architectural projects of
a size and type commensurate with those anticipated for this contract
(include an individual's experience with this firm or other firms
provided it is relevant). (b) Design team's knowledge of the general
area of Naval Base Norfolk in terms of codes, laws, permit
requirements, construction materials, general practices, topography and
subsurface conditions, as demonstrated by previous project experience.
Assignments may be in other areas of Virginia, North Carolina, or West
Virginia. (c) Project team's active professional registrations and/or
certifications in their individual area of expertise. (d) Specific
involvement of each team member in the relevant projects listed in
Block 8 of the SF 255 (if the firm has multiple office locations, the
location of the design team members must be identified) (also, if
several offices will contribute to the project team and one particular
office will serve as the project office, explain how the various team
members will perform the tasks required, if they are not all relocated
to the project office during the performance of this contract). (e)
Designation of back-up personnel (architectural and consultants) and
their qualifications involving relevant architectural design services.
(2) Firm Qualifications: Evaluation will be made in terms of; (a)
Recent architectural experience of the firm (1991-1996) similar to the
type of work as required by this contract and as explained previously
(be as specific as you can in providing your information, including
dates and location). (b) Involvement of management personnel with this
contract and their continuity with the firm. (c) AutoCAD Release 13 or
higher format capability. (3) Ability to accomplish the work; (a)
Demonstrated ability to accomplish similar assignments as anticipated
for this contract in a 3-4 month time frame after award (give specific
examples). (b) Demonstrated ability to manage multiple assignments at
various stages of design while maintaining quality and meeting
established completion schedules. (4) Past performance: Firms will be
evaluated in terms of; (a) Cost estimating ability as demonstrated by
comparison of architectural design cost estimates with the low bid on
similar size and type design projects (give specific examples) (show
costs, and the difference as a percentage). (b) Ability to prepare cost
estimates in the computerized CES format, and specifications using
SPECSINTACT. (c) Experience with projects involving metric measure
(give specific examples). (d) Demonstrated long term relationships and
repeat business with Government and private customers. (e) Performance
awards received. (5) Quality control program: Firms will be evaluated
on the acceptability of their quality control program used to ensure
technical accuracy and discipline coordination of plans,
specifications, cost estimates, and reports/studies (an adequate
summary of the program is requested, please do not submit copies of the
entire program). (6) Firm's geographical location: Firms will be
evaluated on geographic location as regards to accessibility to the
Naval Base Norfolk, Virginia, and their demonstrated ability to respond
to the demands of this contract in a timely manner (provided that
application of this factor leaves an appropriate number of qualified
firms). (7) Volume of work: Firms will be evaluated in terms of work
previously awarded by DOD with the objective of effecting an equitable
distribution of DOD A&E contracts among qualified firms, including
small disadvantaged business firms and firms that have not had prior
DOD contracts. (8) Primary Consultants and Sub-contractors: Firms will
be evaluated on their use of small or disadvantaged or women-owned
business firms as consultants or sub-contractors. (9) Firms will be
evaluated on their experience with projects that provide for the use of
recovered materials to achieve waste reduction, and, use of
energy-efficiency in facility designs. This ends the evaluation
factors. Digital graphics data base of site survey may be required; if
so, the survey and all drawings forming a part thereof shall be
submitted in an AutoCAD Release 13 or higher format. The contract scope
may require evaluation and definition of asbestos or lead materials and
toxic waste disposition. Firms responding to this announcement must be
prepared to accept this as a part of their contract responsibility.
A&E firms meeting the requirements described in this announcement are
invited to submit completed current Standard Forms 254 (unless already
on file with this office within the past 12 months) and 255, U.S.
Government Architect-Engineer Qualifications, to the office shown
above. In Block 10 of the SF 255 discuss why the firm is especially
qualified based on each evaluation factor given herein. All information
must be included within the SF 254 and 255; cover letters, bindings and
covers, and other attachments are discouraged and are not considered in
the evaluation process. Firms responding to this announcement by close
of business (3:45 PM EST) January 8, 1997, will be considered. Firms
responding should submit only one copy of the qualifications package.
Neither hand carried nor facsimile responses will be accepted. Courier
delivered packages should be sent to Facilities Contracting
Department, A&E Management Division, Second Floor, Building Z-140,
Naval Base Norfolk, Virginia. This proposed contract is being solicited
on an unrestricted basis, therefore, replies to this notice are
requested from all business concerns. Before award of the contract, the
A&E, if not a small business concern, shall agree in the contract, by
incorporation of an acceptable small business and small disadvantaged
business subcontracting plan, per FAR Part 19.7 that small business
concerns and small disadvantaged business concerns shall have the
maximum practicable opportunity to participate in this contract
consistent with its efficient performance. The small business size
standard classification is SIC 8711 ($2,500,000). This is not a request
for proposals. Inquiries concerning this contract must mention location
and contract number. See Note 24. (327) Loren Data Corp. http://www.ld.com (SYN# 0010 19961127\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|