|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1996 PSA#1605SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR MECHANICAL, CIVIL, AND
ELECTRICAL ENGINEERING SERVICES FOR VARIOUS FUEL FARM PROJECTS IN CA,
AZ, NV, NM, UT, WA, OR, ID, MT, AND AK SOL N68711-96-D-2209 DUE 070896
POC Anne Garrett/Contract Specialist, (619) 532-3708, Nancy J.
Trent/Contracting Officer, (619) 532-2853. Firm Fixed Price/Indefinite
Quantity Contract. The Southwest Division, Naval Facilities
Engineering Command, San Diego, California is currently seeking
services of Architect/Engineer firms to perform engineering studies and
designs for various repair, maintenance, and construction projects in
fuel farms in California, Arizona, Nevada, New Mexico, Utah,
Washington, Oregon, Idaho, Montana and Alaska. Services are for
mechanical, civil and electrical designs and studies for fuel storage,
handling, and distribution systems such as tanks, pipes, and valves,
and for associated electrical power, lighting, cathodic protection,
communications, and control systems and site grading. Included are the
necessary provisions for compliance with environmental regulations on
petroleum product storage, containment, and distribution. The Scope of
Work may also include preparation of Requests for Proposals (RFP's) for
competitive bidding of Design- Build Construction Contracts, mechanical
civil and electrical engineering feasibility studies, design support of
in-house design work being accomplished by the Government, repair and
renovation of mechanical, civil, and electrical systems, field
inspection and written evaluations of existing facilities, testing of
existing facilities, control and communications systems, preparation of
permit listings and permit applications, and Construction Contract
Support Services. The term of the contract will be 365 calendar days
from the date of contract award or until the $2,000,000 fee limit is
reached. The estimated start date is September 1996. The Government
will have the option at the end of the initial 365 calendar days of the
contract to extend the contract for an additional 365 calendar days or
until an additional $2,000,000 in fees have been awarded. The A-E
Selection Criteria will include the following (in order of importance):
(1) Recent specialized experience of the firm (including consultants)
in the design for repair and construction of petroleum fuel storage,
handling, and distribution systems such as tanks, pipes, pumps, and
valves, and in the associated designs for electrical power, cathodic
protection, communications, and control systems, experience in the
application of Federal, State, County and City environmental
regulations to petroleum products storage, secondary containment and
leakage monitoring, and distribution systems, conducting site
engineering investigations and preparation of Design-Build Requests for
Proposals. Do not list more than a total of ten (10) representative
projects in block 8 of the SF 255. Include point of contact and
telephone number in block 8c for each project listed. Indicate the
consultants from the proposed team, if any, that participated in each
project. (2) Professional qualifications of the staff to be assigned to
this project in the design for repair and construction of petroleum
fuel storage, handling, and distribution systems such as tanks, pipes,
pumps, and valves, and in the associated designs for electrical power,
cathodic protection, communications, and control systems, experience in
the application of Federal, State, County and City environmental
regulations to petroleum products storage, secondary containment and
leakage monitoring, and distribution systems, conducting site
engineering investigations and preparation of Design-Build Requests for
Proposals. The presence on the staff of an American Petroleum Institute
(API) 653 certified individual is required. List only the team members
who will actually perform major tasks under this contract.
Qualifications described should reflect each individual's potential
contributions to the projects. (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 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. (0149) Loren Data Corp. http://www.ld.com (SYN# 0023 19960529\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|