|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1997 PSA#1772Immigration & Naturalization Service, Procurement Division, 425 I
Street, NW, Room 2208, Washington, DC 20536 C -- CONSTRUCTION MANAGEMENT SERVICES SOL HQ-97-CM POC Joseph M.
Garforth, Jr., Contracting Officer (202) 514-3630. A. CONTRACT
INFORMATION. This announcement is open to all businesses regardless of
size. The awarded contract shall be an indefinite delivery --
indefinite quantity type, with Task orders being issued on a
firm-fixed-price basis. The contract shall be for one calendar year
with four one year options. The minimum guarantee is $500,000 if all
options are exercised during the life of the contract. The ceiling over
the life of the contract is $5,000,000. The base year and each option
year will have a ceiling of $1,000,000. The minimum guarantee for the
base and each option year is $100,000, but if at any time during the
life of the contract a total of $500,000 has been obligated either by
delivery orders or by modifications to the contract the minimum
guarantee will have been deemed fulfilled, and from that point forward
there shall be no minimum guarantee on any future option exercised.
The time period for the base and each option year will be up to 12
months in length. For example if during the base year or in any option
year the ceiling ($1,000,000 in delivery orders or modifications are
obligated) is reached prior to the completion of the 12 month period
the next option year may be exercised. The time remaining in the
previous base or option year will be deemed expired and a new 12 month
period will commence. The options under the contract may be exercised
if either of the following occur: 1) the ceiling of $1,000,000 is
reached or 2) a 12 month time period has elapsed. The maximum time
period over the life of the contract is 5 years or 60 months. This will
be a nationwide contract (all 50 states and Puerto Rico) with most work
being performed on projects in the Southwestern United States. The
contract shall be used primarily for Construction Management (C.M.)
Services with some A&E type work... B. PROJECT INFORMATION. The C.M.
company selected will be required to have sufficient staff and
capability to be available on an "as needed" basis. The professionals
are required as follows: architects, engineers including -- civil,
structure, mechanical, electronic, fire protection, environmental and
electrical, environmental specialists, hazardous material specialist,
cost estimator, construction administrator, construction testing
technician, inspector, scheduler, security specialist, certified
surveyor, and Jr. surveyor/technician. Some of the kinds of anticipated
projects are for Border Patrol stations, Border Patrol checkpoints,
maintenance buildings, staging facilities, detention centers, port of
entries and associated support facilities. INS reserves the right to
expand the list of disciplines noted above, within the scope of work,
in any contract awarded by negotiated change orders. The services
needed are as follows: (1) Pre-Design budgeting and scheduling, scope
of work preparation (2) Design -- design reviews, cost control, value
engineering (3) Post-Design -- procurement assistance, construction
management planning, shop drawing reviews, construction administration,
construction testing andon-site supervision, construction dispute
resolution, design-construction cost reconciliation, final acceptance
and occupancy (4) Related Services hazardous material services
involving petroleum products, automotive chemical, asbestos, radon,
lead, site survey, and evaluation, environmental testing, remediation
design and administration, EPA compliance and administration, security
and communication systems, and fire protection and life safety ... C.
SELECTION CRITERIA. In a descending order of importance the list is as
follows: Criteria (4),(l),(2) (5), (3) and (6), criteria (2) and (5)
are equal and together are equal to(4), criteria (3) and (6) together
are equal to (5), criteria (2) and (3) together are equal to (1). (1)
Professional qualifications necessary for satisfactory performance of
required services : (a and b are equal, and a is twice as much as c),
a) Previous experience with concentration in Detention and Law
Enforcement facilities. b) Relevant key individual experience and
professional qualifications. c) The level of experience that the team
members have in working together. (2) Specialized experience and
technical competence in the type of work required : (a is twice as much
as b), a) Firm's previous concentration in the type of services
required: b) Experience with the metric system. (3) Capacity to
accomplish the work timely: (a and b are equal), a) Sufficiency of
staff and technical resources to undertake two or more design and/or
construction assignments simultaneously at different locations. b)
Required organization leadership to be responsive to requirements of
this contract. (4) Past performance on contracts with Government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules: (a, b, and c are
equal), a) Demonstrated ability in design/construction quality control
for similar projects and/or services . b) Demonstrated ability to meet
the client's programming needs/requirements for similar projects and
/or services. c) Demonstrated ability in budgeting and cost control
management for similar projects and /or services. (5) Experience with
design and construction projects in Florida, Texas, Southern
California, Arizona, and New Mexico. (6) Demonstrated success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design ... D. SUBMISSION
REQUIREMENTS: Firms submitting SF 254 and SF 255 (1 copy each) should
include, a.) organization of the proposed team, b.) Responsibilities
and authority of project personnel, c.) Relationship of the project
team to the overall organization, and d.) Quality control plan. The
11/92 edition of the forms must be used. Copies may be obtained from
the Government Printing Office. Submittals must be received at the
address above not latter than 2:30 P.M. local time, February 28, 1997.
Any submittals received after this time and date will not be
considered. No additional information will be provided. Solicitation
packages will not be provided. No fax submittals shall be accepted. The
packages submitted by the firms should be marked with HQ-97-CM. (0028) Loren Data Corp. http://www.ld.com (SYN# 0024 19970130\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|