|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062Commanding Officer, Southern Division,Naval Facilities Engineering
Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC
29419-9010 C -- INDEFINITE QUANTITY SOLICITATION FOR PREPARATION OF ARCHITECTURAL
STUDIES AND DOCUMENTATION OF HISTORICAL PROPERTIES WITHIN THE SPECIFIED
SOUTHERN DIVISION AOR 8(A) COMPETITIVE SET-ASIDE SOL N62467-98-0993 DUE
042998 POC Ms. Frances J. Mitchell (843) 820-5749 17. This solicitation
is a competitive set-aside for 8(a) architectural and engineering firms
only. This work will result in the award of an indefinite quantity
contract. The geographical area to be covered by the contract will
encompass the states east of the Mississippi River and adjacent waters
of the Atlantic Ocean and the Gulf of Mexico (Alabama, Georgia,
Florida, Illinois, Indiana, Kentucky, Michigan, Mississippi, North
Carolina, Ohio, South Carolina, Tennessee, Wisconsin). The contractor
may also, on occasion, be tasked to provide the services described
herein at government activities outside the Southern Division
geographical area of responsibility (AOR), as well as those states
within the Southern Division's AOR west of the Mississippi River. These
actions will be decided on a case-by-case basis approved by the
contracting officer. It is anticipated that most work will be in the
Southern Division AOR. Work includes preparation of architectural
design and drawings in a diversity of architectural styles which
conform to the Secretary of the Interior's Standards for Rehabilitating
Historic Buildings and Guidelines for Rehabilitation, structural and
systems analyses of historic buildings and structures, and
documentation thereof. Other work may include the development National
Register of Historic Places (NRHP) eligibility studies, archeological
surveys, underwater archeological surveys, and other studies as needed
for proposed Department of Defense (DOD) actions. Typical issues to be
addressed could include rehabilitation/repair designs for historic
properties, design concepts for architectural compatibility within or
adjacent to historic districts, structural, architectural and systems
analyses, determinations of constructions styles and types,
archeological explorations and testing, and archival/laboratory
research. Other work could include, but not be limited to photographic
documentation, Historic American Buildings Survey/Historic American
Engineering Record (HABS/HAER) documentation, and construction
feasibility studies. All interested firms should be capable of
obtaining security clearances, if required. The contract period shall
be for one year with an option for two (2) one -year option periods.
Contract award is contingent on availability of funds. The maximum
contract value shall not exceed $1,000,000 (approximately $333,000 per
year). The contract shall guarantee a minimum fee of $20,000. The
guaranteed fee is a recordable obligation at the time of award and, as
such, must be fully funded. Total fee paid in the base year shall
serve as the minimum fee guarantee for the option years. The following
criteria, listed in order of importance, will be used in the selection
process: 1. PROFESSIONAL QUALIFICATIONS: a) Technical competence by
discipline and profession (education, registration and/or experience of
individual team members; and b) The proposed team shall be
multi-disciplinary in composition. 2. SPECIALIZED EXPERIENCE: The team
shall demonstrate recent DOD experience and responsibility in the
preparation of architectural/historical planning, design, analyses, and
documentation of, and relative to, historic buildings, structures,
districts, objects, and sites. 3. PERFORMANCE: a) Past
performance/ratings of government agencies and private industry
contracts in terms of schedule compliance, cost control, quality of
work, and acceptability of work by regulatory agency(ies); and b)
Firm(s) will be evaluated in terms of work done for DOD components,
quality of work performed, compliance with established schedules,
flexibility to accomplish the work specified under changing conditions,
and ability to accomplish the work within the originally established
budget. 4. CAPACITY: a) Ability to accomplish multiple projects
simultaneously; and b) Ability to sustain the loss of key personnel
without adverse impact upon assigned tasks. 5. LOCATION: a) Location of
the firm(s) in relation to the Southern Division geographic region; and
b) Knowledge of different state requirements, such as rehabilitation
design standards and documentation guidelines. 6. VOLUME OF DOD WORK:
Firms will be evaluated in terms of work previously awarded to the firm
by DOD within the past twelve months with the objective of effecting an
equitable distribution of contracts among qualified A-E firms including
small and small disadvantaged business firms and firms that have not
had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR
UTILIZATION: Team will be evaluated on the extent to which potential
contractors identify and commit to small business and to small
disadvantaged business, historically black colleges and universities,
or minority institutions in performance of the contract, whether as a
joint venture, teaming arrangement, or subcontractor. In order to
assist the committee to more efficiently review all applications, a
summary of experience, proposed team staffing and depth of additional
staff support is requested as part of or in addition to the SF 255, as
follows: 1. Summarize in descending order of significance,at least
three of your most relevant projects for the type projects required
under the experience category. For each of the presented projects give
the following information where applicable: a) costs; b) project team
members that worked on the project; c) an owner point of contact (with
telephone number); d) number and dollar value of change orders. 2.
Summarize proposed team in tabular form with the following data: a)
firm name; b) individual's name; c) work history with individual
consultant firm; and d) office location (home and branch office); e)
Professional degree(s), awarding institution, and year(s) of award; f)
Professional Registration(s), date(s) and state(s); g) assigned team
responsibility; h) percentage of time committed to this team; and, i)
synopsis of experience including firm name(s), years with each firm,
and type of experience with each firm. 3. List number of individuals in
each discipline NOT assigned to proposed team who could be used to
augment the proposed team (in event of loss of personnel or failure to
maintain schedule(s). 4. Firms responding should prepare to provide
their Quality Assurance Project Plan (QAPP) prior to selection
interviews once a short list has been approved. The QAPP will include
an explanation of the management approach, an organization chart
showing inter-relationship of management and team components, and
specific quality control process used; a listing of present business
commitments with their required completion schedules; financial and
credit references (include name and telephone numbers of officers at
their financial institutions), and performance references other than
Southern Division, Naval Facilities Engineering Command (include 3 or
more with names and telephone numbers of the contract administrators).
For consideration, provide one submittal package, including an
original SF 255 and SF 254 for the prime, and an SF 254 for each
consultant proposed. The SF 255 (with attachments) shall be LIMITED TO
25 PAGES, 8 1/2" x 11" (ONE-SIDED), with print size not smaller than
12 pitch font. Every page that is not an SF 254 will be included in the
25-page count. The submittal package must be received in this office
not later than 4:00 P.M. EASTERN TIME on WEDNESDAY, 29 APRIL 1998.
Submittals received after this date and time will not be considered. If
additional firms are needed for consideration, SF 254s already on file
will be used. 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. The DUNS, CAGE and TIN are discussed in the
DOD FAR Supplement, Part 204 Subpart 204.671-5. Label lower right
corner of outside mailing envelope with "A-E Services, 98-R-0993". This
is not a request for proposal. Site visits will not be arranged during
advertisement period. SIC Code is 8712. Mailing addresses are: (1)
Overnight delivery -- 2155 Eagle Drive, North Charleston, SC 29406; and
(2) Regular mail delivery -- P.O. Box190010, North Charleston, SC
29419-9010. ADDRESS ALL RESPONSES TO ATTN: CODE 0213FM. (0085) Loren Data Corp. http://www.ld.com (SYN# 0020 19980330\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|