|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1995 PSA#1260Officer in Charge of Construction, P. O. Box 209, Oceanside, CA
92049-0209 C -- IQ ARCHITECTURAL/ENGINEERING SERVICES FOR VARIOUS STRUCTURAL
PROJECTS AT MCB, CAMP PENDLETON; NAVAL ORDNANCE CENTER, FALLBROOK; MWTC
BRIDGEPORT, CALIFORNIA SOL N68711-94-R-0561 DUE 020695 POC Contact
Kathy Gillespie, 619-725-8241/Contracting Officer, Catherine Jones,
619-725-8240 Firm Fixed Price/Indefinite Quantity
Architectural-Engineering Services are required for feasibility and
concept studies, preparation of plans and specifications, cost
estimates, preparation of engineering studies/investigations reports,
structural and engineering surveying, civil, architectural,
landscaping, mechanical, electrical, environmental, subsurface soil
investigation and incidental related work. Specifications will be in
the SPECSINTACT format. The types of projects will involve all aspects
of repair of existing facilities and/or construction of new
facilities. Specific types of work to be performed include analysis
and/or design of structural systems including but not limited to
building superstructures, building substructures, bridges, retaining
walls, drainage structures, dams, transmission towers, vehicle
maintenance structures, equipment support and storage structures,
seismic strengthened and upgrading of existing structures to current
building code requirements, load tests to determine loading capacities
of structural systems and/or members; repairs of bridges and river
crossings including foundations, upper decks, abutments and piers,
temporary river crossing structures, and associated surveying, civil,
architectural, landscape, mechanical, electrical, subsurface soil
investigation and environmental work. This contract requires the
ability to coordinate various engineering disciplines and the different
aspects of phasing of construction and provide cost estimates in two
categories (repairs and new construction) with appropriate notes
identifying each construction task by section for the purpose of
obtaining a bid for each category (repairs and new construction).
Projects may also include the testing, identification and removal of
asbestos, contaminated paint and PCB oil, including reports and cost
estimates for the removal and disposal of these contaminated materials.
The term of the contract will be 365 days from the date of the contract
award or until the $250,000.00 limit is reached. The proposed contract
includes a Government option for the same terms and conditions of the
original contract for an additional 365 days. If the Government
exercises the option to extend, the total amount of the contract shall
not exceed $500,000.00. The guaranteed minimum contract amount is
$12,500.00. The estimated start date is August 1995. A/E selection
criteria is listed in descending order of importance as follows: (1)
Professional qualifications necessary for satisfactory performance of
providing structural load testing and upgrading of existing structures
to comply with present building codes requirements. (The Project
Manager shall be in-house and currently hold a license as a Structural
Engineer with experience in the types of work cited above. Indicate
which consultants from the proposed team, if any, participated in the
services for plans and specifications preparation of each design
project listed in Block 8. List only the team members who actually
would perform major tasks under this project and only qualifications
related to the individual's potential contributions to this project.);
(2) Recent specialized experience of the firm (including consultants)
in providing structural load testing and upgrading of existing
structures to comply with present building codes requirements. (Do not
list more than a total of 10 projects in Block 8 of the SF255.); (3)
Capacity of the firm to accomplish the contemplated work within the
required amount of time. (Indicate the firm's present workload and the
availability of the project team including subconsultants for the
proposed contract performance period.); (4) Past performance on
contracts with Government agencies and private industry in terms of
cost control, quality of work and compliance with performance
schedules. (Briefly describe internal quality assurance/quality control
procedures and cost control procedures and indicate effectiveness by
listing preliminary estimate, final A/E estimate, construction award
amount and percentage differential and construction change order rate
for up to five recent projects. NOTE: Specific examples must be cited
in Block 10 of the SF 255. List recent awards, commendations and other
performance evaluations. Do not submit copies.); (5) Location of the
firm in the general area of Camp Pendleton (where the majority of the
work will be) and knowledge of the locality of the project, provided
that this criterion leaves an appropriate number of qualified firms
given the nature and size of the contract; (6) Small Business, Small
Disadvantaged Business or Women-owned Business Status of primary
consultant or use of Small Business, Small Disadvantaged Business or
Women-owned Business as sub-consultants by the primary consultant; (7)
Value of DoD contract awards within the last twelve months, with the
object of effecting equitable distribution of contracts among qualified
A/E firms. Evaluation criterion (1) through (4) are the primary
evaluation factors in the determination of the most highly qualified
firm. Criterion (5) through (7) are secondary factors that will become
a consideration in the event that all firms are considered equal on
factors (1) through (4). For the definitions of ''Small Business'' or
''Small Disadvantaged Business,'' please refer to Federal Acquisition
Regulation (FAR) Part 19. Those firms which meet the requirements
described in this announcement and wish to be considered must submit a
SF 254 and SF 255 which should include an organizational chart of key
personnel to be assigned to the projects. One copy of the SF 254/255
is to be received in this office no later than 4:00 P.M. Pacific Time,
February 6, 1995. SF 254/255's received after this date and time will
not be considered. All SF 254/255's delivered by means other than the
postal service should be addressed to OICC, A/E Branch, Building
22101, Marine Corps Base, Camp Pendleton, CA 92055 and received by the
above date. No other notification of these projects will be made to
firms. Other additional information requested of applying firms: On the
SF 255, indicate solicitation number in Block 2d, CEC (Contractor
Establishment Code) and/or Duns number (for the address listed in Block
3) and TIN number in Block 3, facsimile number (if any) in Block 3a,
and in Block 10 discuss why the firm is especially qualified based on
the selection criteria. Personal interviews may not be scheduled prior
to selection of the most highly qualified firms. All information must
be included on the SF 254/255 (cover letters and other attachments
will not be included in the evaluation process). Firms which design or
prepare specifications for a construction contract or procurement of
supplies cannot provide the construction or supplies. This limitation
also applies to subsidiaries and affiliates of the firm. For firms
applying with multiple offices, indicate the office which completed
each of the projects listed in Block 8 and list which office is under
contract for any contracts listed in Block 9. Use Block 10 of the SF
255 to provide any additional information desired. Telegraphic and
facsimile SF 254/255's will not be accepted. (0009) Loren Data Corp. http://www.ld.com (SYN# 0021 19950110\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|