Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1995 PSA#1340

SOUTHDIV Contracts Office, P.O. Box 9018, Key West, FL 33040-9018

C -- INDEFINITE QUANTITY CONTRACT FOR DESIGN OF ARCHITECTURAL REPAIRS AND MODERNIZATION TO SHORE FACILITIES AT THE NAVAL AIR STATION COMPLEX, KEY WEST, FLORIDA Sol N62467-95-D-2782. Due 060795. POC Jack Bair, Contracting Officer, (305) 293-2905. Architectural and engineering services for an indefinite quantity contract for design of architectural repairs and modernization to shore facilities at the NAS Key West Complex. Projects may include, but are not limited to, administration facilities, barracks, housing, light and medium industrial facilities, recreational Facilities and office buildings. Roofing experience is very importance. New construction design work of a primarily architectural nature will also be considered within the scope of this contract. The various projects of this contract may require the A/E to conduct comprehensive asbestos, lead paint, and/or regulated substance surveys and provide a design which will support their removal/abatement and disposal in accordance with applicable laws and regulations. Firms unable to accept work which involves asbestos, lead paint, etc. need not apply. Experience and qualifications relating to these or similar projects should be included when responding to this announcement. The duration of the contract will be one year with a minimum guarantee of $10,000.00 and a Government option to extend one year. The total fees per year shall not exceed $200,000.00. The following criteria, in relative order of importance will be used in the evaluation: (1) Professional qualifications of he proposed design team, including registration of key team members as Professional Engineers, Registered Architects and CSI certified specification writers; (2) Specialized experience of the firm and proposed design team in performing design of repair, alterations, rehabilitation and modernization to the abovementioned facilities, this includes experience involving asbestos/lead paint abatement and use of SPECSINTACT system; (3) Past Performance on contracts with respect to cost control, quality of work, and compliance with schedules, including: (a) Government agency/private industry references, performance ratings and awards, (b) demonstrated long term relationships and repeat business with Government and private customers, (c) data on accuracy of cost estimates compared to low bid and award prices; (4) Aggressive quality control program with proven results of reducing: (a) review comments during design reviews, (b) design errors, (c) design omissions, (d) contractual change orders; (5) Capacity of the firm to accomplish several projects concurrently and with accelerated time schedules; (6) Geographic location of the firm relative to Key West and familiarity with the local area or other semi-tropical coastal environments; (7) Volume of work previously awarded to the firm by the Department of Defense. Firms will be evaluated with the object of effecting an equitable distribution of DOD A/E contracts among qualified firms. In order to be evaluated and subsequently considered for award all firms must submit the total dollars awarded to the A/E by DOD during the past 12 months. In-house capabilities will weigh heavier than work subcontracted. Experience and proven success working with projects involving asbestos and lead paint is required. The A/E will be required to provide specifications utilizing the SPECSINTACT system for specifications and AUTOCAD version 12 for drawings. A-E firms responding should provide their Design Quality Assurance Plan (DQAP) prior to selection interviews once a short list has been approved. The DQAP will include a explanation of the management approach: an organizational chart specifically tailored to this contract showing the inter-relationship of management and design team components and specific quality control processes to be used. Failure to submit all above mentioned data and information will reflect negatively during the evaluation process. Firms responding should submit only one copy of qualifications. The qualification statements must clearly indicate the office location where the work will be performed and the specific qualifications of the individuals who will be assigned to work on this contract. This solicitation is being issued on an unrestricted basis and replies to this notice are requested from all business concerns. A-E firms which meet the requirements described in this announcement are invited to submit completed SF 254 (unless already on file within the last 12 months) and SF 255 U.S. Government Architect-Engineer Qualification, to the office stated above. Firms responding to this announcement by 07 June 1995 will be considered. This is not a request for proposal. See Note 24. (123)

Loren Data Corp. http://www.ld.com (SYN# 0016 19950504\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page