Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1996 PSA#1517

Officer in Charge of Construction, Building 1138T1, P.O. Box X7, Marine Corps Air Ground Combat Center, Twentynine Palms, CA 92278-0107

C -- ARCHITECTURAL ENGINEERING SERVICES FOR PROJECT TP-H-403-M-2 Convert Electrical Service to 12.47KV, Ocotillo Heights, Marine Corps Air Ground Combat Center, Twentynine Palms, CA. SOL N68711-96-C-5129 DUE 022696. Contact Mrs. Merry C. Pilgrim/Contracting Officer, 619-830-7337. This is a firm fixed price contract for Architectural-Engineering Services for Project TP-H-403-M-2, Convert Electrical Service to 12.47KV, Ocotillo Heights. The services required include preparation of separate plans, specifications and cost estimate for converting the electrical distribution system in Ocotillo Heights from 4.16KV to 12.47KV which shall include but not be limited to the re-routing of electrical (encompassing removal of series street lights and converting to multiple-type street lights on standards fed underground), telephone, television cable and fire reporting systems from overhead services to an underground system which shall be coordinate with the future housing configuration. Rework of the existing 35KV-12.47KV sub-station to incorporate changes made by this contract and previous contracts. The estimated construction cost for this project is between $1,000,000 and $5,000,000. If asbestos or hazardous material is present, the A-E will be required to identify them and provide for their disposal or treatment in construction plans and specifications in accordance with applicable rules and regulations pertaining to such hazardous materials. Specifications will be required in the SPECSINTACT format. Partnering with the construction contractor may be required. A-E selection criteria are listed in order of importance and will include: (1) Recent specialized experience and technical competence of the firm in the design of underground electrical distribution systems and upgrading of electrical distribution systems from 4160 Volts to 12,470 Volts. Do not list more than a total of 10 projects in Block 8. Indicate point of contact and telephone number in block 8C for each project listed; (2) Professional qualifications of the staff assigned to the work; (3) Capacity to accomplish the work in the required time; (4) Quality Assurance/Quality Control coordination methods used during the performance of work; (5) 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/quality control procedures and cost control procedures. List recent awards, commendations and other performance evaluations (do not submit copies); (6) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; and (8) Use of Small or Disadvantaged or Women-Owned business firms whether as a joint venture, teaming arrangement, or subcontractor. The estimated start date is May 1996. The estimated design completion date is September 1996. A-E firms which meet the requirements described in this announcement are invited to submit a completed SF 254 (unless already on file), a SF 255, and a SF 254 for each consultant listed in block 6 of the firms SF 255 to the office shown above. Firms responding to this announcement by 4:00 P.M., local time, 26 February 1996, or the 30th calendar day after the date of appearance of this announcement in the Commerce Business Daily (CBD), whichever is later, will be considered. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Firms having a current SF 254 on file with this office may also be considered. This is not a request for proposal. Site visits will not be arranged during the submittal period. 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 or not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under the selection criteria in which it was requested. 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. 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. (022)

Loren Data Corp. http://www.ld.com (SYN# 0032 19960124\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page