|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1995 PSA#1351Commanding Officer, Southwest Division, Naval Facilities Engineering
Command, Code 0211, 1220 Pacific Highway, Room 145, San Diego, CA
92132-5187 C -- A-E SERVICES AND PLANS AND SPECIFICATIONS FOR FY98 MCON P-050,
HIGHBAY WAREHOUSE PHASE II, MARINE CORPS AIR STATION CAMP PENDLETON,
CALIFORNIA SOL N68711-95-C-7623 DUE 062395 POC Tammie Maeder/Contract
Specialist, (619) 532-3670, Nancy J. Trent/Contracting Officer, (619)
532-2853. Firm Fixed Price. Architect-Engineer services are required
for cost certification, and the design and preparation of plans and
specifications for the purpose of bidding and construction for Highbay
Warehouse Phase II at MCAS Camp Pendleton. The facility will be a
1,900 meters square (ms) addition to Highbay Warehouse Phase I that is
currently under design and planned for construction in FY97. This
facility will be fully integrated with the Phase I automation and
retrieval system. The facility will require super flat floors and pile
foundations, fire protection and will be linked to the Naval Air
Logistics Control Office Management Information System (NALCOMIS). The
contract will require coordination with ongoing BRAC and MILCON
projects. All project documentation will be in metric measurement. The
estimated start date is August 1995. The estimated completion date is
August 1997. The contract will be negotiated on the basis of cost
certification, engineering documentation and design services. Award
will be for cost certification only with an option available to the
Government to award engineering documentation and design services at a
later date. Only authority for synopsis slate and selection is
available at this time. The estimated construction cost is between
$5,000,000 and $10,000,000. A-E Selection criteria will include (in
order of importance): (1) Recent specialized experience of the firm
(including consultants) in the design of Highbay Automated Warehouses
greater than 1,000 meters square (ms) for aircraft parts, automated
retrieval systems for aircraft parts, integrating new automated
retrieval systems with existing systems and performing data base and
unit load analysis. Do not list more than a total of 10 projects in
block 8. Indicate which consultants from the proposed team, if any,
participated in the design of each project. (2) Professional
qualifications of the staff to be assigned to this project in the
design of Highbay Automated Warehouses greater than 1,000 meters square
(ms) for aircraft parts, automated retrieval systems for aircraft
parts, integrating new automated retrieval systems with existing
systems and performing data base and unit load analysis. 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, their
subsidiaries or affiliates, 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. (0138) Loren Data Corp. http://www.ld.com (SYN# 0018 19950519\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|