|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1997 PSA#1872Navy Public Works Center, Contracts Department, Building 175,
Washington Navy Yard, 901 M. St. SE, Washington, DC 20374-5095 C -- IDQ FOR ARCHITECTURAL DESIGN & ENGINEERING SERVICES @ NAVY PUBLIC
WORKS CENTER SOL N68925-97-D-A779 POC Elena Delena, Contract
Specialist, (202) 685-8267 This soliciation is 100% set aside for Small
Business. Architect -- Engineer or Engineering Services are required
for preparation of plans, specifiactions, cost estimates, studies and
all associated engineering services for architectural type projects at
various locations under the cognizance of the Navy Public Works
Center, Washington, DC. The work will generally include alteration, new
construction, maintenance and repair projects for interior & exterior
building renovations, office space renovations, bathroom renovations,
window renovations, roof renovations, new buildings, building
additions, building envelope evaluations and feasibility studies. Types
of facilities include historical facilities, R & D facilities, hospital
facilities, high security facilities, explosive R & D facilities,
administrative offices, barracks, laboratories, industrial shops and
buildings occupied during construction. The work may also require
associated support services in the civil, electrical, mechanical, fire
protection, structural disciplines and vertical transportation;
review/evaluation of construction contractor proposals; public works
facilities condition inspections, shop drawing review; construction
consultation and inspection services; preparation of construction
record drawings and the preparation of Operating and Maintenance
Support Information (OMSI) for any project designed under this
contract. The A-E firm must demonstrate its (and each key consultant's)
qualifications with respect to the published evaluation factors for all
services listed above. Specific evaluation factors include: (1)
PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF
REQUIRED SERVICES -- Firms will be evaluated in terms of the design
staff's and consultants: (a) experience on architectural design
projects, and (b) active professional registration in all disciplines
(including fire protection) in the state in which the design services
will be performed; (2) SPECALIZED EXPERIENCE AND TECHNICAL COMPETENCE
OF THE FIRM IN THE TYPE OF WORK REQUIRED -- Firms will evaluated in
terms of their (a) recent experience (within the past 5 years) with
regard to performing architectural design projects on the types of
facilities specified above, (b) knowledge and compliance with Americans
with Disabilities Act (ADA), Uniform Federal Accessibility Standards
(UFAS), National Historical Preservation Act, National Capital Planning
Commission (NCPC) and the Fine Arts Comission, and (c) internal quality
control program used to ensure technical accuracy and discipline
coordination; (3) CAPACITY TO ACCOMPLISH THE WORK IN THE TIME REQUIRED
-- Firms will be evaluated in terms of (a) Ability to accomplish
multiple large projects simultaneously, (b) present workload, and (c)
ability to sustain the loss of key personnel while accomplishing work
within required schedules; (4) PAST PERFORMANCE -- Firms will be
evaluated on past performance on contracts with Government agencies and
private industry in terms of cost control, quality of work, and
compliance with performance schedules; (5) LOCATION -- Firms will be
evaluated on their location with respect to the general geographical
area of the contract and their knowledge of local codes, laws, permits,
climate, construction materials and pratices of those areas (provided
that application of this criterion leaves an appropriate number of
qualified firms, given the nature and size of the project); and (6)
VOLUME OF WORK -- Firms will be evaluated in terms of work previously
awarded by DOD during the previous 12 months, with the objective of
effecting an equitable distribution of work among qualified A-E firms,
including small and small disavantaged business firms and firms that
have not had prior DOD contracts. Firms are required to prepare cost
estimates utilizing a computerized format and the specifications in the
SPECSINTACT system format. Firms shall be responsible for accomplishing
designs and preparing drawings utilizing Computer-Aided Design and
Drafting (CADD) and delivering the the drawings in AutoCAD release 12
MS-DOS, or higher digital format (.dwg). The Government will only
accept the final product for full operation, without conversion or
reformatting, on the target system. The current target system is
MS-DOS/WINDOWS operating system. Scanned drawings shall be delivered in
native AutoCAD format. Firms shall have the capability to send and
receive CADD drawings and other files via the Internet using File
Transfer Protocol (FTP), and shall also have the capability of
Electronic Mail (E-Mail)via the Internet. The design contract scope may
require evaluation and definition of asbestos materials, lead paint and
other hazardous material dispositions. Fee negotiations would provide
for laboratory testing and subsequent preparation of plans and
specifications may require definition of removal and/or disposal
process. Firms responding to this announcement must be prepared to
accept the aforementioned as a part of their contract responsibility.
The duration of the contract will be for (1) one year from the date of
initial contract award or $1,000,000 in fees, or whichever comes
first. The proposed contract includes four (4) one year government
options for the same basic professional skills. Subject to necessary
changes, the total A-E fee that may be paid under this contract will
not exceed $5,000,000. The guaranteed minimum is $50,000. This
solicitation may include multiple awards. The A-E which meets the
requirements described in the announcement are invited to submit a
completed SF 254 & 255, US Government (A-E) qualifications, to the
office shown above. Only interested Small Business firms responding by
COB (4.P.M EST) 30 days from the date of this announcement will be
considered for selection. No other general notifications to firms under
consideration for this project will be made and no further action is
required. This is not a RFP. (0170) Loren Data Corp. http://www.ld.com (SYN# 0011 19970623\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|