Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1997 PSA#1772

Immigration & 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