|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1995 PSA#1485SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- A-E SERVICES FOR FY96 BRACON P-829U, MAINTENANCE TRAINING
FACILITY, FY97 P-830U, ENGINEERING AND FY97 P-832U, ENGINEERING SUPPORT
OFFICE MOFICIATION, NAVAL AIR STATION, NORTH ISLAND, CA SOL
N68711-96-C-2072 DUE 010996 POC Kathy Luhmann/Contract Specialist,
(619) 532-2721, Nancy J. Trent/Contracting Officer, (619) 532-2853.
Firm Fixed Price. Architect-Engineer services are required for cost
certification, design and preparation of plans and specifications for
the purpose of bidding and construction of the following: Maintenance
Training Facility of approximately 24,000 square feet at Naval Air
Station, North Island (NASNI), Coronado, California to include movable
interior partitions, air conditioning, fire protection system,
utilities, paving, security fence, area lighting, landscaping, site
improvements and technical operation manuals. Engineering Support
Offices of approximately 10,000 square feet at Naval Air Station, North
Island to include conversion of existing shop and storage areas, HVAC,
lighting, site improvements, administrative spaces, secured storage
areas, utilities, paving, area lighting and landscaping. Engineering
Support Office Modifications of approximately 30,000 square feet at
Naval Air Station, North Island to include modifications of various
buildings including site improvements, fire protection system, addition
of and modification to HVAC, electrical distribution, lighting,
ceilings, floors, doors and windows. The estimated start date is
February 1996. The estimated completion date is February 1998. The
contract will be negotiated on the basis of engineering documentation
and design services. Award will be for engineering documentation only,
with an option available to the Government to award design services at
a later date. Only authority for synopsis, slate, selection and
negotiation is available at this time. The estimated construction cost
(ECC) for Project P-829 is between $1,000,000 and $5,000,000, for
Project P-830 is between $500,000 and $1,000,000, and for Project P-832
is between $500,000 and $1,000,000. A/E Selection criteria will include
(in order of importance): (1) The most recent specialized experience of
the firm (including consultants) in the design of Maintenance Training
Facility including movable interior partitions, air conditioning fire
protection system, utilities, paving, security fence, area lighting,
landscaping, site improvements, energy conservation, ADA requirements
and technical operation manuals. The most recent specialized experience
of the firm (including consultants) in the design of Engineering
Support Offices including conversion of existing shop and storage
areas, HVAC, lighting, site improvements, administrative spaces,
secured storage areas, energy conservation, ADA requirements,
utilities, paving, area lighting and landscaping. The most recent
specialized experience of the firm (including consultants) in the
design of Engineering Support Office Modifications including
modifications of various buildings including site improvements, fire
protection system, energy conservation, ADA requirements, addition of
and modification to HVAC, electrical distribution, lighting, ceilings,
floors, doors and windows. The most recent experience of the firm
(including consultants) in designing multiple projects on simultaneous
fast- tracked schedules. Plus, the experience of the firm (including
consultants) in designing with metric units of measurement. Do not list
more than a total of 10 projects in block 8. Include point of contact
name 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 to
be assigned to this project in the design of Maintenance Training
Facility including movable interior partitions, air conditioning, fire
protection system, utilities, paving, security fence, area lighting,
landscaping, site improvements, energy conservation, ADA requirements
and technical operation manuals. the most recent specialized experience
of the firm (including consultants) in the design of Engineering
Support Offices including conversion of existing shop and storage
areas, HVAC, lighting, site improvements, administrative spaces,
secured storage areas, energy conservation, ADA requirements,
utilities, paving, area lighting and landscaping. The most recent
specialized experience of the firm (including consultants) in the
design of Engineering Support Office Modifications including
modifications of various buildings including site improvements, fire
protection system, energy conservation, ADA requirements, addition of
and modification to HVAC, electrical distribution, lighing, ceilings,
floors, doors and windows. The most recent experience of the firm
(including consultants) in designing multiple projects on simultaneous
fast-tracked schedules. Plus, the experience of the firm (including
consultants) in designing with metric units of measurement. List only
the team members who actually will perform major tasks under this
project, qualifications should reflect the individual's 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 informaion 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. (0339) Loren Data Corp. http://www.ld.com (SYN# 0023 19951206\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|