Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1995 PSA#1260

Officer 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