|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1995 PSA#1385Commanding 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-241,
MAINTENANCE AND INVENTORY CONTROL FACILITY, 1ST TANK BATTALION, MARINE
CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA SOL
N68711-95-C-7695 DUE 081695 POC Cassey Sheppard/Contract Specialist,
(619) 532-1198, Nancy Trent/Contracting Officer, (619) 532-2853. Firm
Fixed Price. Architect-Engineer services are required for cost
certification preparation, the design and preparation of plans and
specifications for the purpose of bidding and construction for a
Maintenance and Inventory Control Building Facility for the 1st Tank
Battalion at MCAGCC 29 Palms. Project includes a steel frame building
with tilt up concrete walls, vehicle exhaust systems for the vehicle
bays, specialized power requirements and administration offices. The
estimated start date is August 1995. The estimated design completion
date is December 1997. The contract will be negotiated on the basis of
both engineering documentation and design services. Only authority for
synopsis slate and selection is available at this time. The estimated
construction cost is between $3,000,000 and $7,000,000. A-E Selection
criteria will include (in order of importance): (1) Recent specialized
experience of the firm (including consultants) in the design of
vehicle maintenance facilities consisting of technical shops and
libraries, repair bays, parts and tool rooms, storage, administration
and training areas. 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 vehicle maintenance facilities consisting of technical shops
and libraries, repair bays, parts and tool rooms, storage,
administration and training areas. 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) Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design. (7) 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. (0188) Loren Data Corp. http://www.ld.com (SYN# 0022 19950710\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|