|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1997 PSA#1783OICC Fallon, Building 307, 2nd Floor, NAS Fallon, NV 89496-5000 C -- INDEFINITE QUANTITY ARCHITECTURAL AND ENGINEERING SERVICES FOR
VARIOUS PROJECTS IN GEOGRAPHICAL AREA OF NAVAL AIR STATION, FALLON,
NEVADA SOL N62474-97-R-2230 DUE 030497 POC Jeannie Brown at (702)
426-2225; Contracting Officer. Firm Fixed Price Architect-Engineer
services are required for engineering studies, investigations and the
design and preparation of plans and specifications for the purpose of
bidding and construction of a variety of architectural, mechanical,
civil, structural and electrical projects at the Naval Air Station,
Fallon, Nevada and within 150 miles radius including NAS Ranges and
Bridgeport, Ca. Typical projects to be designed include: (A) Barracks
2 Renovation; (B) Barracks 1 Renovation; (C) Construct Personnel
Property Office; (D) Construct AIMD Composite Repair Shop which
includes special HVAC disciplines; and (E) Renovate Hangar #1 Office
Spaces. Preparation of Construction documents/designs to include all
engineering, architecture, and related disciplines as may be necessary.
Designs will encompass preliminary through final plans, specifications,
cost estimates, log of submittals, construction schedule, designer to
ROICC report to be formally advertised or constructed by Government
forces. Documents must be prepared using AUTOCAD and SPECSINTACT.
SELECTION CRITERIA: Prioritized selection criteria in descending order
of importance are: (1) PROFESSIONAL QUALIFICATIONS of the individual
design team members (in-house and consultants). The experience and
roles of key design personnel, specifically on related projects
addressed above. (2) PAST PERFORMANCE on contracts with government
agencies and/or private industry in terms of quality of work,
compliance with schedules, and cost control. The A-E firm's Quality
Control (QC) program, including controls used to maintain QC over staff
and sub-consultants, and performance of QC on prior Department of
Defense contracts. Demonstrated long term government or private
business relationships, and repeat business on related efforts.
Performance on estimating the probable project construction cost
including budget control throughout the preliminary engineering/design
stage as well as actual bid results. Knowledge of bid climate and
related impact factors for the general areas of consideration for this
project. (3) RECENT SPECIALIZED EXPERIENCE (within the last 5 years)
of the firm and proposed consultants in the preparation of engineering
and other related studies, and plans and specifications to include
site improvements, utility studies, fire protection systems, and life
safety consideration. (Include government & private experience). (4)
CAPACITY to accomplish the contemplated work within a minimum
reasonable time limit; as demonstrated by the impact of this work load
on the firm's permanent staff, projected work load during the
anticipated design service period, the firm's history of successfully
completing projects in compliance with performance schedules, and
providing timely construction support. Provide specific experience and
related time frames for designing projects for rehab, repair, and
alteration specifically on related projects addressed above. If
consultants are involved, address history of working relationship (5)
LOCATION of the firm within the general geographic area of NAVAL AIR
STATION, FALLON, NV, and knowledge of the area, including appropriate
selection of construction material and methods. NOTE: Criteria numbers
(6) and (7) shall be used as secondary evaluation factors should the
application of criteria numbers (1) through (5) result in firms being
ranked as equals. (6) Use of small or disadvantaged or women-owned
business firms as primary consultants or as subcontractors. (7) Volume
of work previously awarded by the Department of Defense (DOD) to the
firm. This information shall be recorded in Block 9 of the SF-255 by
listing the total amount of prime DOD fees awarded for the previous 12
months. GENERAL INFORMATION: The proposed procurement will result in
the award of one fixed price indefinite quantity contract. The contract
provides for one base year not to exceed $500,000.00 and one option
year not to exceed $500,000.00 which may be unilaterally exercised by
the Government. The contract shall have a minimum guarantee of
$10,000.00 for the base year, and $10,000.00 for the option year if
exercised. The maximum value of individual delivery orders executed
under this contract is $150,000.00. The estimated start date is end of
May 1997 with the first project to be the design of the Renovation of
Hangar #1 Office Spaces, with an estimated construction cost between
$500,000.00 and $1,000,000.00. The project is open to large and small
businesses. For this procurement, a large business is a concern for
which the average annual gross revenue taken for the last three (3)
fiscal years exceeds $2.5 million. A small/small disadvantaged business
subcontracting plan may be required in accordance with FAR 19.702. The
Standard Industry Code (SIC) for the procurement is 8711. The selected
firm will be required to submit a subcontracting plan with its fee
proposal if it is a large business. Qualified firms desiring
consideration shall submit one copy of an SF-254, and SF-255 including
organization chart of key personnel to be assigned to this contract
and each subconsultant's current SF-254 to Jeannie Brown, ROICC Office,
Bldg. 307, 2nd floor, NAS Fallon, NV, 89496-5000 no later than 4:00
p.m. local time, on Tuesday 4 March 1997. Failure to submit the
aforementioned items will reflect negatively on the firm's submittal
during the evaluation process. The SF-255 with attachments (including
the SF form itself and any other formats) shall be limited to no more
than a total of 26 printed sides on 8.5 x 11 paper and not smaller than
12 pitch font. The package may be a combination of single sided and
double-sided sheets but a total of 26 printed sides is the maximum
allowed. Any markings on a sheet of paper is considered as part of the
26 count. Every page that is not an SF-255 will be included in the
page count. 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. Those firms ultimately slated for
interviews must submit their Design Quality Assurance Plan (DQAP) to
include an explanation of the management approach, an organizational
chart showing inter-relationship of management and design team
components, specific quality control processes, a portfolio of design
work (both new construction and upgrades to existing facilities), a
listing of present business commitments and their required completion
schedules, and performance references other than Naval Air Station
Fallon, NV (include 3 or more with names and telephone numbers of the
contract administrators) for each firm proposed. Elaborate brochures or
other presentations beyond those sufficient to present a complete and
effective response to this announcement are not desired. Firms 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. Telegraphic and facsimile SF-255's will not be accepted. Site
visits will not be arranged during the submittal period. Debriefing
requests will not be entertained prior to 45 days after the SF-254/255
submittal due date. This project is open to all business concerns. No
additional technical information is available. This is not a request
for proposals. Include telefax numbers in Block 3a and Contractor
Establishment Code (formerly the DUNS number), Commercial and
Government Entity (CAGE) Codes, if known, and Taxpayer Identification
Number (TIN) in Block 3. Label lower right corner of outside mailing
envelope with "A-E Services N62474-97-R-2230." (0043) Loren Data Corp. http://www.ld.com (SYN# 0025 19970214\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|