|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1995 PSA#1281Commanding Officer, Southwest Division, Naval Facilities Engineering
Command, Code 0211, 1220 Pacific Highway, Room 145, San Diego, CA
92132-5187 C -- A/E SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR MECHANICAL
AND ELECTRICAL SERVICES FOR FUEL FARMS IN VARIOUS LOCATIONS IN CA SOL
N68711-95-D-7574 DUE 032195 POC Anne Garrett/Contract Specialist, (619)
532-3708, Nancy J. Trent/Contracting Officer, (619) 532-2853. The
Southwest Division, Naval Facilities Engineering Command, San Diego, Ca
is currently seeking services of Architect/Engineer firms to perform
engineering studies and designs for various repair, maintenance, and
construction projects in fuel farms at various locations in California.
Services are for mechanical and electrical designs and studies for fuel
storage, handling, and distribution systems such as tanks, pipes,
pumps, and valves, and for associated electrical power, lighting,
cathodic protection, communications, and control systems. Included are
the necessary provisions for compliance with environmental regulations
on petroleum products storage, containment, and distribution. An
Indefinite Quantity Contract will be awarded in a not to exceed amount
of $1,000,000 or for a period of 365 calendar days from the date of
contract award. No single Delivery Order may exceed $500,000. The
Government has the option to extend the contract for an additional
$1,000,000 or 365 days. A-E selection criteria will include (in order
of importance) (1) Recent specialized experience of the firm (including
consultants) in the design for repair and construction of petroleum
fuel storage, handling, and distribution systems such as tanks, pipes,
pumps, and valves, and in the associated designs for electrical power,
cathodic protection, communications, and control systems. Also required
is experience in the application of Federal and California
environmental regulations to petroleum products storage, secondary
containment and leakage monitoring, and distribution. Do not list more
than a total of 10 projects in block 8. Indicate which consultants
from the proposed team, in any, participated in the design of each
project listed. (2) Professional qualifications of the staff to be
assigned to this project in the design for repair and construction of
petroleum fuel storage, handling and distribution systems such as
tanks, pipes, pumps, and valves, and in the associated designs for
electrical power, cathodic protection, communications, and control
systems, and experience in the applications of Federal and California
environmental regulations to petroleum products storage, secondary
containment and leakage monitoring, and distribution. List only the
team members who actually will perform major tasks under this project,
qualifications should reflect the individuals' potential contributions
to this project.(3) Past performance on contracts with government
agencies and private industry in terms of cost control, quality of work
and compliance with performance schedules. Indicate by briefly
describing internal quality assurance and cost control procedures and
indicate team members who are responsible for monitoring these
processes. List recent awards, commendations and other performance
evaluations (do not submit copies). (4) Location in the general
geographic area of the project and knowledge of the locality of the
project, provided that the application of this criterion leaves an
appropriate number of firms given the nature and size of this project.
(5) Capacity to accomplish the work in the required time. Indicate the
firms present workload and the availability of the project team
(including consultants) for the specified contract performance period
and indicate specialized equipment available and prior security
clearances. (6) List the small or disadvantaged or woman-owned business
firms used as primary consultants or as subconsultants. If a large
business concern is selected for this contract, they will be required
to submit a subcontracting plan that should reflect a minimum 5% Small
Disadvantaged Business of the amount to be subcontracted out. Those
firms which meet the requirements described in this announcement and
wish to be considered, must submit one copy each of a SF 254 and a SF
255 for the firm and a SF 254 for each consultant listed in block 6 of
the firms SF 255. One copy of the submittal package is to be received
in this office no later than 3:00 P.M. Pacific Time on the due date
indicated above. Should the due date fall on a weekend or holiday, the
submittal package will be due the first workday there after.
Submittals received after this date and time will not be considered.
Additional information requested of applying firms: indicate
solicitation number in block 2b, CEC (Contractor Establishment Code)
and/or Duns number (for the address listed in block 3) and TIN number
in block 3, telefax number (if any) in block 3a and discuss why the
firm is especially qualified based on the selection criteria in block
10 of the SF 255. 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. Personal interviews may not be scheduled prior to selection of
the most highly qualified firm. SF 255's shall not exceed 30 printed
pages (double sided is two pages/organizational charts and photographs
excluded, exception: photographs with text will be considered as a
page). All information must be included on the SF 255 (cover letter,
other attachments and pages in excess of the 30 page limit will not be
included in the evaluation process). Firms not providing the requested
information in the format (i.e. listing more than a total of 10
projects in block 8, not providing a brief description of the quality
control plan, not listing which office of multiple office firms
completed projects listed in block 8, etc.) directed by this synopsis
may be negatively evaluated under selection criteria (3). 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. This is not a request for proposal. Telegraphic and facsimile SF
255's will not be accepted. Site visits will not be arranged during
the submittal period. See Numbered Note(s): 24. (0039) Loren Data Corp. http://www.ld.com (SYN# 0032 19950209\C-0017.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|