COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16, 2001 PSA #2790
SOLICITATIONS
C -- ARCHITECT AND ENGINEERING SERVICES-CONSTRUCTION
- Notice Date
- February 14, 2001
- Contracting Office
- Department of the Treasury, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO-BLD 93, Glynco, GA, 31524
- ZIP Code
- 31524
- Solicitation Number
- FTC-01-07
- Response Due
- March 16, 2001
- Point of Contact
- Richard Kidwell, Chief, CCB, Phone 912-267-3290, Email rkidwell@fletc.treas.gov -- Richard Kidwell, Chief, CCB, Phone 912-267-3290, Email rkidwell@fletc.treas.gov
- E-Mail Address
- Richard Kidwell (rkidwell@fletc.treas.gov)
- Description
- Description: Architect-Engineer or Engineering services is required for the U.S. Department of the Treasury, Federal Law Enforcement Training Center (FLETC). The proposed Requalification Training Center will be located in the Washington, D.C. , metropolitan area. The FLETC provides evaluation activities and ensures their integration into training operations, and provides the requisite support and service facilities to foster and maintain a state-of-the-art learning environment. Such facilities at this site may include classrooms, firearms ranges, driver requalification ranges, and various special use facilities. Anticipated architect-engineer services design projects over the next five- (5) years may include: construction of office buildings, various special use facilities, requalification firing ranges, high performance requalification driver ranges, as well as renovation of existing buildings and structures. A master site development plan, survey of property, and environmental impact assessment study may also be required. The purpose of this procurement is to select firms highly qualified to provide these engineering-architectural services. Architect-Engineer selection procedures will be used in accordance with Part 36 of the Federal Acquisition Regulation (FAR) and as supplemented by the Department of Treasury Acquisition Regulation (DTAR). Selection will be non-project specific through the selection and interview stage. Firms will be selected solely on data contained in the SF-254, Architect-Engineer and Related Services Questionnaire, and SF-255, Architect-Engineer and Related Services Questionnaire for Specific Project. Selected firms will be interviewed. Once the interviews are completed, the selection process will be put on hold and the selected firms will be held in abeyance until specific projects are identified within the FLETC. When a specific project is identified by the FLETC, the firms being held in abeyance will be evaluated and ranked for the specific project and the most preferred firm sent a Request for Proposal . Following successful completion of negotiations, a contract will be awarded. If and when additional projects are identified by the FLETC, the ranking process through contract award will be repeated. The selected firms held in abeyance will be rotated as much as possible while keeping the needs of the FLETC in mind. It is the responsibility of each selected firm held in abeyance to update its SF 254/255s annually. Failure to do so may result in removal from the list of selected firms. All selected firms held in abeyance will be ranked for each project. These firms will be eligible for selection and ranking on specific projects for five (5) years following the notification by the FLETC. The FLETC does not guarantee any contract from this synopsis but estimates that there will be four to ten (4-10) projects which could result in contracts valued at $25,000.00 or more each over the five (5) year period. The cumulative construction dollar value for the five (5) year period is estimated at approximately $25,000,000.00 to $35,000,000.00. Contracts awarded are anticipated to be open-end IDIQ type contracts where delivery orders could be issued or single individual contracts. Contracts will be firm-fixed price but may be any contract type which is appropriate for the specific project and is in accordance with the FAR. If none of the selected firms being held in abeyance possess the appropriate expertise for a specific project, the FLETC reserves the right to obtain A&E services through other means authorized by the FAR. Selection of firms to be held in abeyance as well as selection for specific projects will be based on the following criteria: (1) Professional qualifications necessary for satisfactory performance of required services. Firms will be evaluated in terms of the staff=s: (a) Experience (including present and previous firms) and roles of staff members specifically on design work addressed above; and, (b) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands or fluctuating design workload. (2) Specialized experience and technical competence in the type of work required, including: (a) experience with regard to the preparation of successful budget cost or cost certification documentation, construction estimating and life cycle costing, (b) knowledge of local codes, laws, permits and construction materials and practices of the geographical location, (c) expertise as reflected in each discipline with a special emphasis on renovation work, ability to meet environmental and U.S. Occupational Safety and Health Administration requirements, energy conservation, and waste reduction, and (d) knowledge of environmental conditions/issues to include wetlands, water tables, flood plains, weather/climate conditions, coastal conditions, ecological concerns, and historical/archeological issues. (3) Capacity to accomplish the work in the required time frame as scheduled and capability to accomplish multiple tasking simultaneously. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Firm location and knowledge of the locality of the project including affiliations with local engineers and architects in the Washington, D.C. metropolitan area, provided that the application of this criterion leaves an appropriate number of qualified firms given the nature and size of the project. AND (6) Quality control program which the firm uses to ensure (a) technical accuracy, (b) discipline coordination including cross-discipline design checks, (c) ability to monitor time, (d) costs are kept within assigned limits, (e) quality of design, and (f) coordination and oversight of subcontractors (consultants). Factors 1 through 6 are of equal importance. No solicitation package is available. Interested firms having the capabilities for this work are invited to submit: Standard Form (SF) 254, Architect-Engineer and Related Services Questionnaire, and SF-255, Architect-Engineer and Related Services Questionnaire for Specific Project, to the U.S. FLETC, Procurement Division, Building 93, Glynco, GA 31524. A completed SF 254 shall be submitted for each proposed key consultant. Part 10 of the SF 255 may be expanded, if necessary, to address the selection criteria fully. All submittals are due to the address above no later than close of business March 16, 2001. NAICS Codes are 541310, Architect Services and 541330, Engineering Services, and 541620 Environmental Consulting Services. Size standard is $4,000,000. A&E services are not restricted to small businesses. Therefore, large and small businesses are invited to participate in this process. The Contracting Officer for this project is Richard E. Lee at (912) 280-5104 or Richard C. Kidwell at (912) 267-3290, Federal Law Enforcement Training Center, Glycno,
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=FTC-01-07&L=1762)
- Record
- Loren Data Corp. 20010216/CSOL002.HTM (D-045 SN50D6Z2)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|