Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2003 FBO #0496
SOLICITATION NOTICE

C -- Architectural and Engineering Services for Design, Construction Administration, Project Development and Technical Management Support Services

Notice Date
4/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Real Estate and Facilities Contracting Office, Remote Delivery Facility - Room RDF1K711B 1155 Defense Pentagon, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
MDA946-03-R-0025
 
Archive Date
5/24/2003
 
Point of Contact
Elizabeth Colvin, Contract Specialist, Phone (703) 697-4383, Fax (703) 692-4091, - Linda Luczak, Contracting Officer, Phone (703) 697 4526, Fax (703) 692 4092,
 
E-Mail Address
ecolvin@ref.whs.mil, lluczak@ref.whs.mil
 
Description
Architectural and Engineering Services for Design, Construction Administration, Project Development and Technical Management Support Services to support repairs, renovations, new construction and alterations to facilities, and utilities, for the Department of Defense in the Washington, DC Metropolitan Area. The Real Estate & Facilities Directorate of the Washington Headquarters Services, Department of Defense, intends to award single or multiple contracts for design, project development, related engineering and technical management support services to support repairs, renovations, new construction and alterations to facilities, and utilities, belonging to the Department of Defense. The contract shall provide for a one year term, and four option periods (one-year), with the same terms and conditions. The contract?s total dollar amount shall not exceed $5,000,000 per year and the minimum dollar amount for any work order shall not be less than $2,000. The scope of services may include, but are not limited to, Consulting Services, Estimating and Planning Services, Requirements Gathering, Program development and documentation for design-build contracts, Program Management Support and Construction/Alteration/Repair Project Management technical services. Typically, the services will be utilized within the context of developing requirements or bridging documents for a design-build approach to various projects. These efforts are followed by technical and project management services to support the execution of projects by design-build firms selected to perform the work. These design-build contractors shall be under a separate government contractor. The services may also be used to assist the Government in the construction management and administration of projects, including assisting in the quality assurance. Selections shall be based on the following criteria categories listed in descending order of importance. Factor 1 - Past Performance: Evaluation will be based on the Government's confidence in the offeror's ability to successfully execute the requirements of this contact, based on the quality and relevance of the past experience described in the offeror's submission for contracts requiring similar services and levels of expertise. (a) Quality: The contracts evaluated conformed to stated requirements; the offeror provided clearly defined requirements documents for projects (scopes of work) that allowed design-builders to adequately provide cost and schedule information in their proposals, the offeror provided quality assurance services for both design and construction that ensured the project requirements were met and owner/contractor relationships were of a team oriented nature. (b) Relevance: The contracts evaluated are determined to be relevant. Relevant projects are defined for this solicitation as those with comparable levels of complexity and scope to the scope of services described. This may include, but is not necessarily limited to, experience with: projects involving repairs, renovations, new construction and alterations to facilities, and utilities in a design/build and task order environment; coordination with on-going projects and other contractors; and managing fast track project delivery, experience in integrated sustainable design. To be determined relevant, the projects must have included at least two of the elements set forth in the relevance definition. Factor 2 - Management Approach: Evaluation will based on the Government's confidence in the offeror's ability to successfully accomplish the requirements of the contract as stated in the scope of services, as demonstrated through the Management Approach included in the offeror's submission. (a) Organizational Structure: Clearly defined and determined to be sufficient given the diversity of contract requirements and the need to resource multiple task orders and projects: proposed organizational structure; business relationships; qualifications and experience of proposed key personnel; the proposed organizational structure is conducive to accomplishing fast track project and promotes highly effective internal and external communications; business relationships are already existing and long-term; the qualifications and experience of proposed key personnel are above-average for the intended position/level of responsibility; the lines of authority are clearly beneficial to a fast track project delivery atmosphere. (b) Management Approach: The following are well defined and deemed sufficient to meet the requirements of the scope of services and the requirement to resource several task orders and projects simultaneously: resources (on-site and off-site; project controls, management of contractors and/or consultants, quality assurance); offeror has demonstrated resources or access to resources capable of exceeding the requirements of this scope of services and the need to resource multiple task orders and projects simultaneously; project control systems are an integral part of the contractor's business, quality assurance approach demonstrates the ability to ensure the Government?s requirements for each project are met or exceeded. Factor 3 - Technical Approach: Evaluation will based on the Government's confidence in the offeror's ability to successfully accomplish the requirements of the contract within cost, quality and schedule objectives as demonstrated through the Technical Approach included in the offeror's submission. (a) Approach to documenting project requirements (Development of requirements/ bridging documents): Offeror?s approach for developing requirements documents demonstrate a through knowledge and understanding of Integrated Sustainable Design, corporate quality control which ensures designs which are accurate, complete, and reflect the requirements of owners and operators, while minimizing cost and optimizing operational aspects of the project requirements. (b) Construction Operations Approach: Offeror's approach demonstrates their ability to properly manage construction efforts, to include, but not limited to, site management, phasing, staging and equipment storage, traffic management, coordination with ongoing contracts and operations demonstrating effective utilization of construction resources, as well as minimization of impacts to the building occupants and operations. The Offeror?s approach shall also be evaluated on their demonstration of a quality control program that ensures high levels of workmanship and well coordinated resource management during the construction phase. Firms desiring consideration must submit a SF 255. SF254?s must be furnished for prime, joint venture(s) and/or consultants. Only responses to the announcement responses must be received by 2:00 PM on May 9, 2003 to be considered for selection. This is not a request for proposal.
 
Place of Performance
Address: Washington, DC Metropolitan Area
Zip Code: 20301
Country: USA
 
Record
SN00298930-W 20030410/030408214057 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.