|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1995 PSA#1486Officer in Charge of Construction, P.O. Box 209 Oceanside, CA
92049-0209 C -- IQ A/E SERVICES FOR VARIOUS CIVIL PROJECTS AT MCB, CAMP
PENDLETON, CA; NAVAL WEAPONS STATION, FALLBROOK ANNEX, FALLBROOK, CA;
AND MWTC, BRIDGEPORT, CA SOL N68711-95-R-8806 DUE 012396 POC Renae
Jones, 619-725-8241/Contracting Officer, Catherine Jones, 619-725-8240
Firm Fixed Price/Indefinite Quantity Architectural-Engineering
Services are required for feasibility and concept studies, preparation
of plans and specifications, cost estimates, preparation of
engineering studies/investigations reports, engineering documents and
reports for civil projects with associated land surveying, structural,
architectural, landscaping, mechanical, electrical, environmental,
subsurface soil investigation and incidental related work. The types of
projects will involve all aspects of various Civil Engineering services
with associated multi-discipline Architectural/ Engineering support
services, including repairs of existing facilities and/or construction
of new facilities. Specific types of work to be performed include but
are not limited to land surveying, siting facilities and utilities,
earthwork, retaining walls, roads, pavements, traffic circulation
study/design, traffic controls, hydraulics, hydrology, dredging,
drainage structures, vehicle maintenance structures, equipment support
and storage structures, repair of bridges, river crossings, temporary
river crossing structures, erosion control structures, design of
levee, protecting berms, earthen dams, and associated surveying,
structural, architectural, landscape, mechanical, electrical,
subsurface soil investigation and environmental work (including
testing). This contract requires the use of SPECSINTACT software for
preparation of the contract specifications and CADD Standards and
Procedures. This contract also requires the ability to coordinate
various engineering disciplines and the different aspects of
construction phasing as well as the ability to provide cost estimates
in two categories (repairs and new construction) with appropriate notes
identifying each construction task by section for the purpose of
obtaining a bid for each category (repairs and new construction).
Projects may also require the testing of soil, identification and
removal of asbestos, contaminated paint and PCB oil, including reports
and cost estimates for the removal anddisposal of these contaminated
materials. The term of the contract will be 365 days from the date of
the contract award or until the $250,000.00 limit is reached. The
Delivery Order limitation is $110,000.00. The proposed contract
includes a Government option for the same terms and conditions of the
original contract for an additional 365 days. If the Government
exercises the option to extend, the total amount of the contract shall
not exceed $500,000.00. The guaranteed minimum contract amount is
$12,500.00. The estimated start date is May 1996. A/E selection
criteria are listed in descending order of importance as follows: (1)
Recent specialized experience and knowledge of the firm in general
Civil work. Ability of the firm to provide in-house Civil Engineering
Services including land surveying, earthwork, retaining walls, roads
(including road rehabilitation), pavements, traffic circulation
study/design, traffic controls, hydraulics, hydrology, dredging,
drainage structures, design and repair of bridges, river crossings,
temporary river crossing structures, erosion control structures, design
of levee, protecting berms, earthen dams, and ability to identify and
provide soil testing. (2) Professional qualifications of the staff to
be assigned to this project. The Project Manager and the Project
Engineer shall be licensed Civil Engineers. Indicate which consultants
from the proposed team, if any, participated in the services for plans
and specifications preparation of each design project listed in Block
8. List only the team members who actually would perform major tasks
under this project and only qualifications related to the individual's
potential contributions to this project; (3) Capacity of the firm to
accomplish the contemplated work within the required amount of time.
(Indicate the firm's present workload and the availability of the
project team including subconsultants for the proposed contract
performance period between May, 1996 and April, 1997); (4) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedules. (Briefly describe internal quality
assurance/quality control procedures and cost control procedures and
indicate effectiveness by listing preliminary estimate, final A/E
estimate, construction award amount and percentage differential and
construction change order rate for up to ive recent projects. (NOTE:
Specific examples must be cited in Block 10 of the SF 255.) List recent
awards, commendations and other performance evaluations. Do not submit
copies; (5) Location of the firm in the general geographical area of
the project and knowledge of the locality of the project, provided that
this criterion leaves an appropriate number of qualified firms given
the nature and size of the contract; (6) Small Business, Small
Disadvantaged Business or Women-owned Business Status of primary
consultant or use of Small Business, Small Disadvantaged Business or
Women-owned Business as sub-consultants by the primary consultant. For
purposes of the Slate and Selection process there are no exclusions
for recovered materials; (7) Demonstrated success in prescribing the
use of recovered materials and achieving waste reduction and energy
efficiency in facility design; (8) Volume of work previously awarded to
the firm by the Department of Defense (DoD) within the last 12 months,
with the object of effecting equitable distribution of contracts among
qualified A/E firms, including minority-owned firms and firms that have
not had prior DoD contracts. Evaluation criterion (1) through (4) are
the primary evaluation factors in the determination of the most highly
qualified firm. Criterion (5) through (8) are secondary factors that
will become a consideration in the event that all firms are considered
equal on factors (1) through (4). Those firms which meet the
requirements described in this announcement and wish to be considered
must submit a SF 254 (including subconsultants) and SF 255 which should
include an organizational chart of key personnel to be assigned to the
projects. One copy of the SF 254/255 is to be received in this office
no later than 4:00 P.M. Pacific Time, January 23, 1996. SF 254/255's
received after this date and time will not be considered. All SF
254/255's delivered by means other than the postal service should be
addressed to OICC, A/E Branch, Building 22101, Marine Corps Base, Camp
Pendleton, CA 92055 and received by the above date. No other
notification of these projects will be made to firms. Other additional
information requested of applying firms: On the SF 255, indicate
solicitation number in Block 2d, CEC (Contractor Establishment Code)
and/or Duns number (for the address listed in Block 3) and TIN number
in Block 3, facsimile number (if any) in Block 3a, and in lock 10
discuss why the firm is especially qualified based on the selection
criteria. Personal interviews may not be scheduled prior to selection
of the most highly qualified firms. SF 255's shall not exceed 30
printed pages. (Double sided pages are counted as two pages.
Organizational charts and photographs are excluded with the exception
of photographs with text which 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). All information must be included
on the SF 254/255 (cover letters and other attachments will not be
included in the evaluation process). 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. 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. Telegraphic and facsimile SF
254/255's will not be accepted. (0340) Loren Data Corp. http://www.ld.com (SYN# 0015 19951207\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|