Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1995 PSA#1486

Officer 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