|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1,1995 PSA#1274OICC, Navy Public Works Center, Code 211, Building 121 - 1st Floor, Box
368113, Naval Station, 2730 McKean Street, Suite 1, San Diego, CA
92136-5294 C -- SOURCES SOUGHT FOR ARCHITECT-ENGINEERING (A-E) SERVICES FOR
REPAIR OF ELECTRICAL DISTRIBUTION SYSTEM FOR SHIP'S BERTH FOR THE NAVY
PUBLIC WORKS CENTER, SAN DIEGO, CA Sol. SSELECDSG-95-2. Due 030195.
Contact Brad Runge, Contract Specialist, (619) 556-0714 or Linda
Mulligan, Contracting Officer at (619) 556-1825. The Navy Public Works
Center, San Diego, CA is currently seeking sources for electrical
design services for the Repair of an Electrical Distribution System for
a ship berth. A Specific (stand-alone) Firm-Fixed price type contract
will be awarded to the selected, most qualified firm responding to this
announcement. The services required may include, but not limited to,
all or part of the following: (1) preparation of preliminary and final
dsigns; (2) preparation of contract drawings and specifications; (3)
preparation of cost estimate; (4) providing engineering advice during
construction (i.e. office consultation, shop drawing review, as-built
drawing preparation, field consultation and verification, and/or value
engineering). The design project involves the repair of an electical
distribution system for a ship's berth at the Naval Air Station, North
Island, San Diego, California. The services include the following: (1)
remove 15 KV sub-station ``QC'' and ``QE'' in their entirety; (2)
provide new 15 KV substation ``QC'' and ``QE'' with 12 KV; (3) provide
new secondary cables and electrical ducts, control circuits, and 480
volt plug and mounds for sub-station ``QW''; (4) provide Utility
Control System (UCS) complete with cables, transducers, meters,
conduits, termination boxes etc.; (5) provide profile of the new duct
and manhole foldouts; (6) dispose of PCB fluids and transformers in
accordance with EPA regulations. If asbestos or hazardous material is
present, the A-E will be required to identify them and provide for
their disposal or treatment in construction plans and specifications in
accordance with applicable rules and regulations. 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. A-E selection
criteria is listed in descending order of importance as follows: (1)
recent (1989 to present) specialized experience and technical
competence of the firm in the type of work required; (2) professional
qualifications necessary for satisfactory performance of required
services; (3) capacity to accomplish the work in the required time
(i.e. staff availability, status of current workload); (4) present
performance on contracts with Government agencies and private industry
in terms of cost control effectiveness (i.e. project estimates versus
the initial construction contract awards price and the final total
construction cost including change orders. NOTE: Specific examples must
be cited in Blocks 8 and 10 of the SF 255 and must be related to
project being advertised. Examples must be for the projects listed for
criteria number 1), quality of work (i.e. results of past projects
performed and list awards, commendations, and performance evaluations
(submit copies); briefly describe internal quality assurance/quality
control procedures), and compliance with prformance schedules (i.e.
schedulel/contractual completion date versus actual performed
completion date); (5) geographical location and knowledge of the
locality of the project (local site conditions and design
requirements), provided that application of this criterion leaves an
appropriate number of qualified firms, given the nature and size of the
project, and (6) value of DOD contract awards within the past 12
months. Evaluation criterion (1) and (4) are the primary evaluation
factors in the determination of the most highly qualified firm.
Criterion (5) through (6) 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'',``small disadvantged business'' and ``emerging small
business'', please refer to the Federal Acquisition Regulations (FAR)
Part 19. Architect-Engineer firms which meet the requirements described
in this announcement are required to submit the following: current SF
255, U.S. Government Architect-Engineering Qualifications, including an
organizational chart of key personnel to be assigned to the projects,
a current SF 254 Architect-Engineer and Related Services Questionnaire
and any Consultant/Subcontractor's current SF 254. Suuplemental
information regarding specialized experience should be included on the
SF 255: Block number 8(c) shall include the title, brief description
and a client point of contact with phone number for each project cited
as specific experience. Block number 10 must be specififcally
structured to respond to the selection criteria as listed in this
announcement. Block number 10 of the SF 255 must also include the
responding firm's clear and concise identification of the types of
services and projects in which they have specific expertise. To
alleviate duplication of effort, specific items identified in block
number 10 may cross reference to specifically cited items in block
number 8(c). Responding firms are required to clearly identify tasks to
be performed in-house and those to be subcontracted. Firms must submit
the names and supporting qualifications data of all subcontractors.
The dollar value of all work for DOD and Corps of Engineers for the
past five years must be clearly stated in block 9 of the SF 254. Firms
must indicate in Block 4 of SF 254 whether they are a small business,
small disadvantaged business, woman-owned business, or emerging small
business. All interested firms should submit a Standard Form 254 and
255 to OICC Navy Public Works Center, Code 211, 2730 McKean Street,
Suite 1, Naval Station, San Diego, CA 92136-5294 by 4:00 pm (PST) on 01
March 1995. If delivered by courier service, hand-delivered, etc,
Standard Form 254 and 255 should be delivered to the Navy Public Works
Center, Code 211, 32nd Street, Naval Station, Building 121 (1st
Floor), San Diego, CA 92136-5294. Submittals which are received after
the cutoff will not be accepted and considered. The sources sought
identification number SSELECDSG-95-2 and N63387-95-C-0585 must be cited
in Block 2b of the 255. The Standard Industrial Classification (SIC)
code 8711 applies. THIS IS NOT A SMALL BUSINESS SET-ASIDE ANNOUNCEMENT.
In response to several queries as to the requirements for a small
business, in order for a concern to be considered small, the maximum
average annual receipts for the past three years may not have exceeded
$2.5 millikon (See Far Part 19.102 for further information). This is
not a request for proposal. See Note 24. (027) Loren Data Corp. http://www.ld.com (SYN# 0040 19950131\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|