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