Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1996 PSA#1600

SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA 92132-5187

C -- A-E SERVICES AND PLANS AND SPECIFICATIONS FOR FY 1999 MCON PROJECT P-029, OPTIC INTERFEROMETER SUPPORT FACILITY, U.S. NAVAL OBSERVATORY, FLAGSTAFF STATION, FLAGSTAFF, ARIZONA SOL N68711-96-C-2203 DUE 062596 POC Debbie Villanueva/Contract Specialist, (619) 532-3833, Nancy Trent/Contracting Officer, (619) 532-2853. Firm Fixed Price. Architect-Engineer services are required for the design and preparation of plans and specifications for the purpose of bidding and construction for an Optic Interferometer Support Facility at the U.S. Naval Observatory Flagstaff Station. Project includes a single story concrete masonry building with instrument laboratory. The estimated start date is August 1996. 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 the 35% design is available at this time. The estimated construction cost is between $1,000,000 and $3,000,000. A-E Selection criteria will include (in order of importance): (1) Recent specialized experience of the firm (including consultants) in the design of instrument laboratories consisting of technical shops and libraries, clean rooms, optical labs and shops, storage, administration and training areas and shipping, receiving, dock spaces, vibration isolation, extensive HVAC and high voltage electrical systems. 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 instrument laboratories consisting of technical shops and libraries, clean rooms, optical labs and shops, storage, administration and training areas and shipping, receiving, dock spaces, vibration isolation, HVAC and high voltage electrical systems. 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) 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. See Numbered Note(s): 24. (0141)

Loren Data Corp. http://www.ld.com (SYN# 0015 19960521\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page