|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1995 PSA#1379Officer in Charge of Construction, Building 1138T1, P.O. Box X7, Marine
Corps Air Ground Combat Center, Twentynine Palms, CA 92278-0107 C -- ARCHITECTURAL ENGINEERING SERVICES FOR SEISMIC REPAIRS TO VARIOUS
BUILDINGS (TP-511M/TP-9720M/TP-9725M), MARINE CORPS AIR GROUND COMBAT
CENTER, TWENTYNINE PALMS, CA. SOL N68711-95-C-9960, Due 080795, Contact
Mrs. Merry C. Pilgrim/Contracting Officer, 619-830-7337. This is a firm
fixed price contract for Architectural-Engineering Services for Seismic
Repairs to Various Buildings (TO-511M/TP-9720M/TP-9725). The services
required include preparation of separate plans, specifications and cost
estimates for Projects TP-511M/TP-9720M/TP-9725M. The work will include
structural strengthening of existing concrete buildings and will
include all incidental architectural, electrical, and mechanical work
associated with the seismic repairs. Existing structures were
constructed in the early 50's and consist of a series of cast-in-place
tapered reinforced concrete frames in the transverse direction,
precast concrete shear walls on the perimeter, and precast concrete
panels for the roof. Buildings vary in size from 2,600 SF to 26,000 SF.
The estimated construction cost for these three projects is between
$1,000,000 and $5,000,000. If asbestos or hazardous material is
present, the A-E will be required to identify them and provide for
their disposal or treatment in construction plans and specifications in
accordance with applicable rules and regulations pertaining to such
hazardous materials. Specifications will be required in the SPECSINTACT
format. Partnering with the construction contractor may be required.
A-E selection criteria is listed in order of importance and will
include: (1) Recent specialized experience and technical competence of
the firm (including consultants) in design of seismic repairs to
concrete buildings. Do not list more than a total of 10 projects in
Block 8. Indicate point of contact and telephone number in block 8C for
each project listed. Indicate which consultants from the proposed team,
if any, participated in the design of each project; (2) Professional
qualifications of the staff assigned to the work who must be under the
direct supervision of a Registered Structural Engineer from the State
of California. (3) 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; (4) Quality Assurance/Quality Control coordination
methods used during the performance of work; (5) 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/quality control procedures and cost control procedures. List
recent awards, commendations and other performance evaluations (do not
submit copies); (6) Location in the general geographical area of the
project and knowledge of the locality of the project; provided, that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the project; and (7) Use of Small
or Disadvantaged or Women-Owned business firms as primary consultants
or as subcontractors. The estimated start date is September 1995. The
estimated design completion date is March 1996. A-E firms which meet
the requirements described in this announcement are invited to submit
a completed SF 254 (unless already on file), a SF 255, and a SF 254 for
each consultant listed in block 6 of the firms SF 255 to the office
shown above. Firms responding to this announcement by 4:00 P.M., local
time, 07 August 1995, or the 30th calendar day after the date of
appearance of this announcement in the Commerce Business Daily (CBD),
whichever is later, will be considered. Should the due date fall on a
weekend or holiday, the submittal package will be due the first workday
thereafter. Firms having a current SF 254 on file with this office may
also be considered. This is not a request for proposal. 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. not providing a brief description of
the quality control plan, not listing which office of multiple office
firms completed projects listed in block 8, not providing a list of the
Small or Disadvantage or Woman-Owned business firms used as primary
consultants or as subcontractors, etc.) directed by this synopsis may
be negatively evaluated under the selection criteria in which it was
requested. 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. 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. (177) Loren Data Corp. http://www.ld.com (SYN# 0025 19950629\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|