|
COMMERCE BUSINESS DAILY ISSUE OF JULY 10,1995 PSA#1384Commanding Officer, Southwest Division, Naval Facilities Engineering
Command, Code 0211, 1220 Pacific Highway, Room 145, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL/ENGINEERING
SERVICES FOR VARIOUS PROJECTS INVOLVING RENOVATION AND REPAIR IN
VARIOUS ACTIVITIES SOL N68711-95-D-7717 DUE 081495 POC Samantha
Darella/Contract Specialist, (619) 532-3839, Nancy Trent/Contracting
Officer, (619) 532-2853. Firm Fixed Price. Architect-Engineer services
are required for Design, and for the preparation of Drawings and
Specifications, for the purpose of bidding and construction of the
Renovation and Repair of facilities located at various Naval/Marine
Corps activities within the Southern California, Southern Nevada,
Arizona and New Mexico areas for Southwest Division, Naval Facilities
Engineering Command, San Diego, CA. The term of the contract will be
365 calendar days from the date of contract award, or until the
$1,000,000 limit is reached. The Government has the option to extend
this contract for an additional 365 calendar days, or until an
additional $1,000,000 is reached. The A-E fee for any single delivery
order may not exceed $500,000. Projects to be incorporated by delivery
order into this contract shall be for the preparation of Designs,
Drawings and Specifications for repairs and minor construction of
various projects. The lead discipline shall be an Architect supported
by all required supporting Engineering disciplines. The estimated start
date is October, 1995. The estimated completion date is October, 1996.
If the Government exercises the option to extend the contract, the
total amount of the contract shall not exceed $2,000,000. A-E selection
criteria will include (in order of importance): (1) Recent Specialized
Experience of the firm (including consultants) in the preparation of
Designs, Drawings and Specifications for repairs and minor construction
for various facilities at several locations. This work will include
design and preparation of contract documents for interior/exterior
renovations/alterations, repair and minor construction projects,
including site surveys, site investigations, cost estimating and
economic analyses required to develop and define actual costs of
construction projects, including special costs for fire protection and
life safety systems, utilities, seismic reinforcement, and
geotechnical engineering requirements. This work will require the
ability to coordinate various engineering disciplines and the various
aspects of phasing construction to accommodate occupied/unoccupied
facilities. Projects may also require the identification and removal of
asbestos and lead-based paint. Do not list more than a total of ten
(10) projects in Block 8. Indicate which consultants from the proposed
team, if any, participated in the preparation of designs, drawings and
specifications for each of the projects listed. (2) Professional
Qualifications of the staff and consultants to be associated with the
design of facilities requiring repair and minor construction. List only
the team members who will actually perform major tasks under this
contract. Qualifications should address each individual's specific
contribution to the efforts contemplated by this contract. (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. (0187) Loren Data Corp. http://www.ld.com (SYN# 0023 19950707\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|