Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1995 PSA#1364

Engineering 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