|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965Commanding Officer, Engineering Field Activity West, 900 Commodore Dr.
San Bruno, CA 94066-5006 C -- INDEFINITE QUANTITY CONTRACT FOR FAMILY HOUSING REVITALIZATION
PROGRAM SUPPORT (INCLUDES DESIGN/BUILD, PLANS/SPECS, ENGINEER STUDIES
& CNPS) FOR VARIOUS LOCATIONS IN CALIFORNIA AND NEVADA SOL
N62474-98-D-2008 POC Charlotte Dominguez, Contract Specialist,
(415)244-2977, M. Walker, Contracting Officer. Indefinite Quantity
Contract for FAMILY HOUSING REVITALIZATION PROGRAM SUPPORT INCLUDING
PREPARATIONOF STATEMENT OF WORK FOR DESIGN/BUILD CONTRACTS, PLANS,
SPECIFICATIONS, ENGINEERING STUDIES AND COMPREHENSIVE NEIGHBORHOOD
PLANS FOR VARIOUS LOCATIONS IN CALIFORNIA AND NEVADA. This contract is
for one year with a maximum total dollar amount of $1,200,000 per
year, with options available to theGovernment to extend the contract
for three additional years with the same limitations. A minimum fee of
$50,000 is guaranteed for the initial contract award, and for each
option year awarded. -- If the selected firm prepares the statement of
Government's requirements for design/build procurements, the firm is
prohibited as a competitor during the construction procurement phase.
Types of services required include Architectural, Lanscape
Architectural, Planning, Geotechnical, Civil, Structural, Mechanical,
Electrical, and Environmental Engineering, Cost Estimating, Economic
Analysis, Surveying, and Topographic Mapping. Individual project
requirements will include some or all aspects of site mapping and
surveying; site planning; site and utilities assessment, engineering
and revitalization; landscape assessment and revitalization; and
housing unit assessment and revitalization; including preparation of
statement of work, planning studies, preparation of plans and
specifications, and hazardous materials (such as asbestos an lead based
paint) surveys, sampling, testing, and abatement. -- Selection will be
based on the following criteria which are numbered in order of
importance: (1) Recent specialize experience of the firm, and its
consultants, in Design/Build projects; planning and designof single and
multi- family residential development renovations, including site
planning, architectural and engineering programming; architectural,
landscape, site, and utility revitalization of existing housing sites;
experience in asbestos and hazardous material abatement; and cost
estimating. (2) Professional qualifications of the in-house staff and
consultants, particularly with regard to their experience as defined in
Criteria (1). (3) The firm's history of past performance/customer
satisfaction on similar projects, as evidenced by specific references,
awards, and repeat business, from a representative selection of the
firm's Government and Civilian clients. The firm's quality and cost
control procedures, and quality and cost control successes, should be
documented. (4) The ability of the firm and its consultants to
accomplish multiple simultaneous projects, up to the yearly limits
described above, without sacrificing quality and within reasonable
periods of time acceptable to the Government, as evidenced by specific
examples of past performance on similar projects. (5) The location of
the firm(s) within the geographical area to be serviced, and the
firm's knowledge of and experience within that area. (6) Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design. -- The
estimated start date for the contract is January 1, 1998. The estimated
completion date is January 31, 2002. -- Those firms which meet the
requirements described in this announcement, and wish to be considered,
must submit a Standard Form (SF) 255. A Large Business will be required
to submit a subcontracting plan if selected. -- In order to expedite
your firm's consideration regarding the above criteria, the following
application data from the SF255, Blocks 7, 8, and 10 shall be presented
as follows: (Block 7) Provide a matrix for the design team including
alternates. Individual rows should be labeled with the team members'
names and their proposed team assignments. Columns should be labeled as
follows: Firm name and office location; percent of time to be spent on
this team; professional registration in California; number of years of
professional experience; number of years with current firm; for Project
Managers and Team Leaders, identify the number of teams (design,
subcontractor, and joint venture partners) they have managed over the
past three years; highest education level and area of specialization
(example: BS, mechanical engineering). (Block 8) In matrix form,
identify which team members worked on the projects listed under Firm
Experience and in what capacity. Individual rows should be labeled with
projects' titles. Columns should be labeled with the team members'
names. (Block 10) Include a tabular listing of all excellent
performance ratings and letters of commendation from both private and
DOD clients (designate your role: prime, subcontractor or joint venture
partner). These ratings should e dated 1992 or later and should include
those for joint venture partners and subcontractors. Provide a list of
projects to be used for evaluation of Criteria (1) that started
construction since 1992 and include at least the following data:
Client's need date, design completion date, construction completion
date, percent differentials between contract award amount and estimated
construction cost (note whether bid,negotiated). For the proposed
Project Manager, illustrate with specific examples of experience since
1992 in managing similar contract types or management of multiple
delivery requirements at the same time. Provide a chart (in number of
hours) comparing the proposed team's available capacity with their
actual commitments for the next 12 months. Provide a list of recent
projects performed by the firm or joint venture partners and
appropriate subcontractors, in the contract geographical area. -- At
the selection interview, A/E firms slated for interviews must submit
their Design Quality Assurance Plan (DQAP), including an explanation of
the management approach, an orgainzational chart showing inter-
relationship of the management and design team components, specific
quality control process, a portfolio of design work, a listing of
present business commitments and their required completion schedules,
plus performance references other than the Engineering Field Activity
-- West personnel (or its former name -- Engineering Field Command,
Western Division), include 3 or more with names and telephone numbers
of the contract administrators. -- For consideration provide one
submittal package, including original SF255 and one original SF254 for
each firm proposed. The SF255 with attachments shall be limited to no
more than 30 pages and prepared in 10 point font minimum. Every page
that is not an SF254 will be included in the page count. Pages in
excess of 30 pages will not be reviewed. Specifically address all
criteria elements in Block 10. One copy of the SF255 must be received
in this office, Building 205, second floor, Attn: Ms. Joyce M. DeVille,
no later than 3:00 PM, PDT time, 30 calendar days after the date this
announcement appears in the Commerce Business Daily. Indicate the
Contract Number (N62474-98-D-2008) in Block 2B of the SF255. Submit a
SF254 only if you have not done so within the past year. This is not a
Request for Proposal (RFP). (0304) Loren Data Corp. http://www.ld.com (SYN# 0016 19971104\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|