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