|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,2000 PSA#2570OIC/ROICC Camp Lejeune, NAVFACENGCOM Contracts, 1005 Michael Rd, Camp
Lejeune, NC 28547-2521 C -- INDEFINITE QUANTITY CONTRACTS FOR GENERAL ARCHITECTURAL AND
ENGINEERING DESIGN SERVICES FOR VARIOUS PROJECTS AT THE MARINE CORPS
BASE, CAMP LEJEUNE, NORTH CAROLINA SOL N62470-00-D-4751/4752/4753/4754
DUE 053000 POC Jerry T. Williams, (910) 451-5606, FAX (910) 451-5629,
Email williamsjt@lejeune.efdlant.navfac.navy.mil E-MAIL:
williamsjt@lejeune.efdlant.navfac.navy.mil,
williamsjt@lejeune.efdlant.navfac.navy.mil.. Solicitation includes,
design and engineering services for preparation of construction
documents including plans, specifications, cost estimates, record
drawings, and review of shop drawings. Projects could include total
renovation of the interior and exterior of existing buildings,
including the evaluation, repair and replacement of the structural,
mechanical, electrical, and communication systems. Projects may
include: Administrative buildings; industrial type facilities,
warehouses, maintenance facilities, communications, training/education;
personnel support type facilities, schools, recreation facilities,
clubs, food services and similar type facilities. Projects could also
include minor new construction of buildings of the same type referenced
above. The new construction and repair/renovation projects will require
the following services; civil site work, extensions to the existing
high voltage electrical distribution system, extensions to the existing
high pressure steam distribution system, extensions to the potable
water distribution system; extensions to the sanitary sewer system, and
additional storm water control systems. The contract scope may require
evaluation and definition of asbestos materials and lead paint
containing materials. The firm must demonstrate qualifications (with
respect to the evaluation factors stated herein) to perform design of
the projects listed above. Firms must be prepared to accept the
aforementioned as a part of their contract responsibility. Four
contract awards will be made from this synopsis; N62470-00-D-4751,
N62470-00-D-4752, N62470-00-D-4753 and N62470-00-D-4754. The contract
will be of the Firm Fixed Price -- Indefinite Quantity type. The
duration of the contract will be for one (1) year from the date of the
initial contract award. The proposed contract includes one (1) one
year Government option for the same basic professional skills. The
total A&E fee that may be paid under this contract will not exceed
$500,000.00. The A-E must demonstrate his and each key consultant's
qualifications with respect to the published evaluation factors for
design and all option services. Evaluation factors (1) through (6) are
of equal importance; factors (7) and (8) are of lesser importance than
factors (1) through (6). Specific evaluation factors include: (1)
Professional qualifications of firm and staff proposed for the design
of total renovation of the interior and exterior of existing buildings,
including the evaluation, repair and replacement of the structural,
mechanical, electrical, and communication systems. Projects may
include: Administrative buildings; industrial type facilities,
warehouses, maintenance facilities, communications, training/education;
personnel support type facilities, schools, recreation facilities,
clubs, food services and similar type facilities. Projects could also
include minor new construction of buildings of the same type referenced
above. The new construction and repair/renovation projects will require
the following services; civil site work, extensions to the existing
high voltage electrical distribution system, extensions to the existing
high pressure steam distribution system, extensions to the potable
water distribution system; extensions to the sanitary sewer system, and
additional storm water control systems. The contract scope may require
evaluation and definition of asbestos materials and lead paint
containing materials. Firms will be evaluated in terms of the design
staff's following qualifications: (a) active professional registration
in the state in which the design services will be performed; and (b)
experience (with present and other firms) and roles of staff members,
specifically on the projects listed in section 8 of the SF255. Each
project should clearly indicate the personnel involved and those
personnel should be listed by each project. (2) Specialized recent
experience demonstrating the technical competence of particular staff
members to design the projects addressed in evaluation factor number
one. Each project listed should indicate key staff members involved.
Firms will also be evaluated upon: (a) specific knowledge of the
construction materials and practices of Eastern North Carolina; and the
Federal and State of North Carolina laws, regulations, codes, and
permits applicable to projects of this nature; (b) project experience
as listed in section 8 of the SF255 (provide design schedule, estimate
vs. bid amount, and design team for each). (3) Capacity of the
proposed design team to accomplish the following schedules: Submission
of proposal 15 days following RFP. Final design submittal within 120
days of contract award. Project design schedules should be given for
the same projects listed above for evaluation factors 1 and 2. (4) Past
performance on the same projects listed above with Government agencies
and private industry in terms of the following: (a) cost control
techniques employed by the firm as demonstrated by the ability to
establish an accurate project construction budget and design to this
budget as evidenced by thelow bid amount; (b) quality of work as
demonstrated by the history of design related change orders issued
during construction; (c) demonstrated long term business relationships
and repeat business with Government and private customers; and (d)
demonstrated compliance with performance schedules. Project information
for this evaluation factor should be for the same projects listed above
for evaluation factors 1 and 2. (5) Specific internal quality control
procedures proposed for projects of this nature. Firm will be evaluated
on the acceptability of their internal quality control program used to
ensure technical accuracy and discipline coordination of plans and
specifications. (6) Knowledge in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design. (7) Location in the general geographical area of the
project. (8) The volume of work previously awarded to the firm by the
Department of Defense shall also be considered, with the object of
effecting an equitable distribution of Department of Defense
architect-engineer firms, including small and small disadvantaged
business firms, and firms that have not had Department of Defense
contracts. Architect-Engineer (A-E) firms which meet the requirements
described in this announcement are invited to submit complete, updated
Standard Forms 254, Architect-Engineer and Related Services
Questionnaire, and 255, Architect-Engineer Related Services for
Specific Project, to the office shown above. Those firms that submit
Standard Forms 254 and 255 will only have to submit one copy to be
considered for all four contracts. A-E firms utilized by the prime must
also submit completed Standard Form 254. All SF 254's should be bound
together. Submit one consolidated Standard Form 255 for the project
design team that includes sub-consultants. Do not submit one SF 255 for
each sub-consultant. We need only one copy of all forms. In block 10 of
the SF255, discuss why the design team (firm and sub-consultants) is
especially qualified based upon synopsized evaluation factors and
provide evidence that your firm is permitted by law to practice the
professions of architecture or engineering (i.e. state registration
number). Clearly show the office location where work will be done and
the experience of those that will do the work and their locations. The
closing date for this announcement is May 30, 2000. Firms must submit
forms to this office by 4:00 p.m. on the closing date. Late responses
will be handled in accordance with FAR 52.215-10. See Note 24. The
successful Offersors must have the capability of receiving and
submitting all documents in an electronic format. Also, successful
Offerors must have internet access for browsing and receipt of
electronic documents via Email. Submitted electronic documents must be
in PDF (Portable Document Format). This is not a request for proposal,
and there is no solicitation document or package or plans and
specifications to be issued as a result of this announcement or a
planholders'/bidders' list. Posted 03/30/00 (W-SN439747). (0090) Loren Data Corp. http://www.ld.com (SYN# 0024 20000403\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|