Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1997 PSA#1859

Officer in Charge of Construction, Naval Security Group Activity, 10 Fabbri Green, Suite 216, Winter Harbor, ME 04693

C -- CONSTRUCTION SURVEILLANCE AND INSPECTION SERVICES FOR VARIOUS MULTI-DISCIPLINE PROJECTS AT VARIOUS NAVAL ACTIVITIES IN THE STATE OF MAINE SOL N62472-97-D-6414 DUE 063097 POC Jacqueline Lord-Johnston, Contract Specialist, (207) 963-7241. Correction: RFP Number is changed to N62472-97-D-6415. The description of work is changed to read as follows: Work will require an Architect-Engineer (A-E)/Engineering Services (ES) firm to provide surveillance and inspection of construction projects at various locations within the ME North region -- Hancock, Washington and Waldo Counties, Maine and make recommendations upon which the Resident Officer in Charge of Construction (ROICC) bases his acceptance of the work. Receive and forward submittals to A&E firm of record, provide recommendations on: requested materials, variances and substitutions to A&E firm of record, progress schedules, quality control plans and safety plans. Review Contractor Quality Control reports and daily reports. Monitor safety practices, coordinate requests for passes, outages, excavation permits, etc. Inspect construction work, prepare daily inspection report, monitor contractor and government testing, check contractor compliance with labor standards provisions, provide recommendations on partial payments and equitable adjustments, prepare government estimates. Monitor contractor's maintenance on site record drawings, review and provide recommendations on all installation, operation and maintenance manuals, participate in pre-final/final inspections, including preparation of detailed punch lists. Construction projects include repair, alteration and new construction type projects. Projects include housing renovations, built up roofing, painting of elevated water tanks, removal and replacement of underground fuel oil tanks, landscaping, asphalt/concrete paving, various site work and utilities, medium and low voltage power distribution systems, and HVAC and plumbing systems. The possibility of hazardous materials, i.e.: asbestos, lead paint, PCB may exist at various project sites. These services contain no authority to direct the construction contractor in any way. The ROICC will be responsible for and execute signature upon all correspondence and specific directives to the contractor. The A-E/ES firm shall provide qualified personnel experienced in building inspection, construction, estimating and scheduling. Qualified personnel shall be capable of reading construction contract drawings and specifications and expressing themselves both orally and in writing, must have a knowledge of building and construction crafts; modifications involving various types of construction, including; mechanical, electrical, plumbing, HVAC, roofing paving, drainage, utilities, removal of underground storage tanks, removal and disposal of hazardous materials, investigating differing site conditions, evaluating potential changes to the construction contract, and short term on-site specialty inspections. A minimum of three years building construction experience required. Contract award is contingent upon availability of funds. The selected A-E firm for this contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 7 days after receiving a Request for Proposal. The selected firm will also be required to participate in an orientation and site visit meeting within seven days of notification and provide a fee proposal within 10 days after that meeting. The total contract amount will not exceed $200,000 for each year, with a minimum guarantee per year of $5,000. There will be no dollar limit per project. The duration of the contract will be for the period of one year, with the possibility of 1 one-year option. The estimated start date is August, 1997. The following criteria, listed in descending order of importance, will be used for selection. 1. PROFESSIONAL QUALIFICATIONS: (a) Technical competence of individual staff members and the A-E/ES firm in providing complete surveillance and inspection services; (b) Demonstrate capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; 2. SPECIALIZED EXPERIENCE: Recent experience of personnel in (a) Repair, alteration and construction projects; (b) projects involving asbestos, lead paint and other hazardous materials; (c) repair and construction of various roof types; (d) projects designed to DOD/Federal criteria, including projects incorporating Quality Control (QC) provisions. Familiarity with: (a) construction scheduling, including automated software such as "Primavera" and "Microsoft Project" and (b) using cost control procedures. 3. PAST PERFORMANCE: Past performance ratings of government agencies and private industry on contracts in terms of (a) experience with DOD contracts, and (b) familiarity with Department of the Navy (NAVFAC) Construction contracts. 4. CAPACITY: Ability to provide services at multiple sites and sustain loss of key personnel while accomplishing inspection services. 5. PREFERENCE: Preference will be given to firms within a 150 mile radius of ME North area and that have a knowledge of the general locality of the projects, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the projects. 6. SUBCONTRACTORS UTILIZATION: Use of small business, small disadvantaged business or women owned business firms, as primary consultants or as subconsultants. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. The inspection contractor and its affiliates will not be permitted to compete for construction contracts covered by this inspection contract or being performed at the same time and within the same area covered by the inspection services. In order to assist the Board in more efficient review of all applications, a summary of experience, proposed staffing, and depth of additional staff support is requested as part of or in addition to the SF 255. Summarize in descending order of significance, at least three of your most relevant projects for the types of services described herein. Firms which meet the requirements listed in this announcement are invited to submitone copy each of their completed Standard Forms (SF) 254 and 255, U. S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Interested frims are requested to include telefax numbers, the Contractor Establishment Code (CEC), and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 3a and 1, respectively. In Block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only the SF 254 and SF 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A-E firm's primary person proposed to be the direct contact with ME North throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection process. Fax copies of the SF 254 and SF 255 will not be accpeted. Firms responding to this announcement by 4:00 p. m. (local time) on 30 JUN 97 will be considered. This is not a request for proposal. (0153)

Loren Data Corp. http://www.ld.com (SYN# 0017 19970604\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page