|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1995 PSA#1364Engineering Field Activity, West, Code 021AEC, (Bldg. 201 Upstairs),
900 Commodore Drive, San Bruno, CA 94066-5006 C -- ELECTRONIC MASTER PLANS AND OTHER RELATED PLANNING SERVICES FOR
VARIOUS MILITARY ACTIVITIES IN CALIFORNIA, NEVADA, ARIZONA, AND UTAH
SOL N62474-95-D-2557 POC Point of contact is Wayne Westphal at (415)
244-3009, Contracting Officer, Rod Sandberg Indefinite Quantity
Contract for Planning Services for Military Activities in California,
Nevada, Arizona, and Utah. Contract Number N62474-95-D- 2557. Planning
Services include preparation of PC based Activity Planning and
Management Model (APMM) and Activity Land and Facilities Assets (ALFA)
studies and the preparation and update of Master Plan/ Special
Planning Studies including analysis such as: Air\Range Installation
Compatible Use Zone (AICUZ) and (RAICUZ) studies including aircraft
noise level studies and interpretation of the noise information. Land
Use Compatibility (LUC) studies, Engineering Service Requests (ESRs),
Base Mapping/Aerial Photography (GDMs) in conjunction with Geographical
Information Systems (GIS) for mapping, Basic Facility Requirements
(BFRs), Engineering Evaluations (EEs), Utility Studies, Facility
Requirements Studies/Plans (FRPs), Economic Analysis (EAs), Base
Exterior Architecture Plans,(BEAP), Traffic/Transportation Studies,
1391 Concept and Development including the analysis and Preparation of
1391s, Facility Studies and Development of Design Solutions. Also,
Neighborhood of Excellence Studies and development of preliminary
design solutions for the Restoration\Rehabilation\Repair of Residential
Neighborhoods at various activities, Base Closure Plans and related
studies, Capital Improvement Plans (CIPs), NEPA and other Environmental
Documentation related to planning studies. The initial project may be
Planning Services for preparation of phase two of the Electronic Master
Plan update for NAS Fallon. Planning selection will include (in order
of importance): (1) Recent specialized experience of the firm and
proposed consultants in the preparation of Electronic Master Plans,
NEPA documentation, AICUZ/RAICUZ, Base Exterior Architecture Plans
(BEAP) preparation of 1391s, Economic Analysis, Basic Facilities
Requirements (BFR), Base Closure Studies and other related planning
studies for Military or civilian agencies. Experience desired is at
least one similar Master Plan, AICUZ study, BEAP, Basic Facilities
Requirements(BFRs) studies and analysis, including some aspect of
Military Master Plans, development of designs and cost analysis and
concept development dealing with noise contours, ordnance, and the
Military Construction Program within the last five years. (INCLUDE
GOVERNMENT & PRIVATE EXPERIENCE). (2) Professional qualifications of
the staff(in-house and/ or consultants(s)), with respect to the overall
make up of the planning team. The experience and roles of key
personnel, specifically on related studies addressed in the criteria of
element one. (3) Past performance on contracts (with emphasis on
similar efforts cited in criteria elements one and two) with government
agencies and/or private industry in terms of quality of work,
compliance with schedules, and cost control. Demonstrated long term
government or private business relationships, repeat business on
related efforts and support. Proven quality control of products and
performance on cost control in terms of budget throughout the study
effort. (4) Capacity of the firm to accomplish the contemplated work
within a minimum reasonable time limit; as demonstrated by the impact
of this workload on the firms' permanent staff, projected workload
during the anticipated study period, the firms' history of successfully
completing projects in compliance with performance schedules and
providing timely submittals. Provide specific experience and related
time frames for accomplishment of similar planning efforts. If
consultants are used address history of working relationship. (5)
KNOWLEDGE OF THE LOCALITY of the project by the firm within the general
geographic area of the project. (6) LOCATION of the firm within the
general geographic area. (7) Volume of work previously awarded by the
department of Defense (DOD) as the prime contractor, during the last 12
month period. (DO NOT PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS
THE DATA), with the objective of affecting equitable distribution of
contracts among qualified Planning, Architectural and Engineering
firms, including minority-owned firms and firms that have not had prior
DOD contracts. The effort for separate related studies will be
negotiated under the changes clause. In order to expedite your firm's
consideration regarding the above criteria by the board, the following
application data may be combined into Blocks 7, 8, and 10 in the SF
255: (Block 7) Provide a matrix for the planning team, including
alternates. Individual rows should be labeled with the team members'
names and their proposed team assignments. Columns should be labeled as
follows: firm name and office location; percent of time to be spent on
this team; number of years of professional experience; number of years
with current firm; for project managers and team leaders, identify the
number of teams (planning studies, subcontractors, and joint venture
partners, if applicable) they have managed over the past three years;
highest education level and area of specialization (example: BS
Environmental Sciences). ( Block 8) Include in matrix form, identify
which team members worked on the described projects. Individual rows
should be labeled with the projects' titles. Columns should be labeled
with the team members' names. (Block 10) Include a tabular listing of
all performance ratings and letters of commendations from both private
and DOD clients (Designate your role: prime, subcontractor or joint
venture partners) These ratings should be dated 1990 or later and
should be labeled with the team members' names. Provide a list of
projects managed by the proposed project manager(s), that started since
1990 and include the following data: client's contact, client's need
date and study completion dates. Submit an organizational chart with
the following information: Principal point of contact, project manager,
team leaders, the name of each planning team member, all team member
assignments, and the name of at least one alternate for each key
person. Summarize your plan for starting project development in October
1995 and completing project development by October 1996. At selection
interview, A-E firms slated for interviews must submit an explanation
of the management approach, an organizational chart showing
inter-relationship of management and planning components, a listing of
present business commitments and their completion schedules, and
performance references other than Engineering Field Activity, West (
include 3 or more with names and telephone numbers of contract
administrators). A- E firms which meet the requirements described in
this announcement are invited to provide one submittal package,
including one original SF 255 and one original SF 254 for each firm
proposed. The SF 255 with attachments shall be limited to no more than
20 pages and the font shall not be smaller than 10 point. Every page
that is not a SF 254 will be included in the page count. Large Business
concerns will be required to submit a Subcontracting Plan if selected.
The submittal must be received in this office (Bldg. 201, 2nd floor,
ATTN: Annette Ordonez) no later than 3:00 p.m. local time at San Bruno,
CA., on 10 July 1995. Submittals received after this date and time will
not be considered. Include telefax numbers in Block 3a and Contractor
Establishment Code (formerly the DUNS number), Commercial and
Government Entity (CAGE) codes if known, A-E Contractor Appraisal
Support System (ACASS) code if known, and Taxpayer Identification
Number (TIN) in Block 3. Label lower right corner of outside mailing
envelope with ''A- E Services N62474-95-D-2557.'' Site visits will not
be arranged during the advertisement period. This is not a request for
proposal (RFP). (0158) Loren Data Corp. http://www.ld.com (SYN# 0023 19950608\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|