Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1995 PSA#1295

Commanding Officer, Southwest Division, Naval Facilities Engineering Command, Code 0211, 1220 Pacific Highway, Room 145, San Diego, CA 92132-5187

C -- A-E SERVICES FOR COMPREHENSIVE PLANNING DOCUMENTS (CPD) FOR FLAG AND GENERAL OFFICERS QUARTERS NAVY-WIDE SOL N68711-95-C-7591 DUE 040695 POC Mary Wolff/Contract Specialist, (619) 532-2109, Nancy J. Trent/Contracting Officer, (619) 532-2853. Firm fixed price: Architect-Engineer services are required to provide Comprehensive Planning Documents (CPD) for Flag and General Officer Quarters at various locations Navy-wide. The computer automated CPD will serve as the primary source document for establishing a methodology and systematic approach for maintenance, repair and improvement projects. Programming and development of the Plan will include unit deficiencies, repair and improvement requirements, associated cost estimates, life cycle replacement schedule, as-built documentation, square footage calculations (english and metric), and photographic documentation which cumulates in a maintenance management strategy that includes a prioritized implementation plan. Comprehensive Planning Documents are necessary to implement the Navy's Neighborhoods of Excellence goals. The plan will address the complete Quarters including interior and exterior architectural components, historical setting, building systems, landscaping, parking, circulation, and compatibility with existing and planned elements. Documentation will include architectural, structural, mechanical, electrical, HVAC, landscape, appliance inventory management, photography and related components. The plan will establish a 25 year life cycle for the Quarters. Services include engineering and planning studies, historic and archeological documentation, economic analysis, traffic / transportation studies, lead paint and asbestos testing, related environmental engineering, seismic analysis, computer aided design (CAD), computer based interactive text, databases, graphics and mapping systems, automated cost estimates, maintenance management plans, and life cycle analysis. Special requirements will include professional photography, inter-related computer systems and appropriate technology including CAD and computer compatible photography, industry standard comparison, time management, and customer driven delivery systems. The estimated start date is June 1995. The estimated completion date is May 1996. The total A-E fee is estimated between $1,000,000 and $5,000,000. A-E selection criteria will include (in order of importance): (1) Recent specialized experience of the firm (including consultants) in preparation of Engineering and Architectural Studies, Maintenance Management Plans, Comprehensive Neighborhood Plans, Life Cycle Analysis, Historic and Archeological Documentation, Master Planning, Economic Analysis, CAD and Computer Based Interactive Text, Databases, Graphics and Mapping Systems. Do not list more than a total of ten projects in block 8. Recent experience is defined as within the last 5 years. Indicate which consultants from the proposed team, if any, participated in each project, (2) Professional qualifications of the staff in-house and/or consultants to be assigned to this project, recent specialized experience in strong Program Management skills having demonstrated the ability to manage, coordinate, phase and schedule multiple project teams in several locations concurrently, experience managing the preparation of Engineering and Architectural Studies, Maintenance Management Plans, Comprehensive Neighborhood Plans, Life Cycle Analysis, Master Planning, Historic and Archeological Documentation, Economic Analysis, CAD and Computer Based Interactive Text, Databases, Graphics and Mapping Systems. List only the team members who actually will perform major tasks under this project and 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. (0060)

Loren Data Corp. http://www.ld.com (SYN# 0040 19950302\C-0018.SOL)


C - Architect and Engineering Services - Construction Index Page