Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612

Officer in Charge of Construction, Marine Corps Logistics Base, Box 110198, (Building 198), Barstow, CA 92311-5050

C -- ARCHITECTURAL-ENGINEERING SERVICES FOR VARIOUS STRUCTURAL PROJECTS AT THE MARINE CORPS LOGISTICS BASE, BARSTOW, CA Sol N68711-96-R-3107. Contact Contract Specialist, Susan Welch, 619-577-6421, or Contracting Officer, Pamela Kidder, 619-577-6453. Architect-Engineering Services for Structural Projects, Marine Corps Logistics Base, Barstow, CA SOL N68711-96-R-3107 POC Ms. Susan Welch, Contract Specialist, (619) 577-6421 or Ms. Pamela Kidder, Contracting Officer, (619) 577-6453. Services include, but are not limited to design and engineering services for structural projects associated multi-discipline architect-engineering support services for project engineering documentation; preliminary and final design plans and specifications; construction cost estimates for the purpose of bidding and construction of various structural engineering services of administration buildings, light industrial buildings, housing, Bachelor quarters, Morale Welfare and Recreation. The initial project will be to extend Building 322 for Compressed Natural Gas vehicles to accommodate the repair and preventative maintenance of same. The structural engineering for various projects shall include: modification of exterior and interior building structures, roof trusses, seismic analysis of building structures, bridge crane structures, geometric structures, tower structures, bearing walls, concrete walls, retaining walls, foundation works, floor framing and slabs, roof slabs, and sub-terrain structures. Design may have to provide for the project construction in occupied spaces and construction may be done in phases. Some assigned projects may require the use of consultants in other disciplines related to structural design services. As a part of this contract lead paint and asbestos assessment may be required to determine the presence of lead paint and asbestos. Review of contract submittals, field investigation during construction and preparation of as-builts may be required. The use of SPECSINTACT system for editing, processing and producing construction specification using the Naval Facilities Guide Specifications will be required. The use of computer aided design and drafting will be required. The selected A-E may be required to participate in a pre-performance meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The contract will be of the Indefinite Quantity type where the work will be required on a ``as needed'' basis during the life of the contract providing the contractor and the Government agree on the amount. The Government will determine the delivery order amounts by using the rates negotiated and negotiate the effort required to perform a particular project. The contract shall not exceed 365 days or $99,000 total fee, whichever comes first. The Government guarantees a minimum amount of $10,000. No single delivery order will exceed $50,000. The Government reserves the option to extend the contract for an additional 365 days or until an additional $99,000 is reached. If the Government exercises the option the contract shall not exceed $198,000. Estimated date of contract award is August 1996. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of the firm and staff proposed for the satisfactory performance of A-E related design efforts for modification of administrative and light industrial facilities, warehouses and bachelor/family housing, Compressed Natural Gas vehicle facility and related appurtenances as described above. Evaluation of the proposed staff (to include consultants) under this criteria will be assessed based upon type and number of registered professional engineers/architects, years of experience, type and number of similar design efforts. (2) Recent (less than three years) specialized experience and technical competence of A-E related design efforts as stated in criteria (1). (3) Capacity to accomplish the work in the required time. Indicate firms present workload (including proposed consultants), projected workload for the contract period, availability of the proposed staff to be used for this contract, and provide a matrix of the firms recent track record in meeting production schedules. (4) Past performance on contracts with Government agencies and private industry in terms of cost control and quality of work. Provide details of the firm's internal quality and cost control procedures. Provided list shall include a matrix of preliminary owners budget estimate, A-E revised preliminary estimate, final A-E estimate, construction award amount, percentage differential, and total number of design related change orders after construction award with costs for these design related changes for up to five projects. NOTE: Specific examples must be cited in Block 10 of the SF 255. List any recent performance evaluation or awards received (do not send copies). (5) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. For the purpose of the Slate and Selection process there are no exclusions for recovered material. (6) Location in the general geographical area of the project and knowledge of the locality of the project; and (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A-E contracts among qualified A-E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Evaluation criteria (1) through (4) are the primary evaluation factors in the determination of the most highly qualified firm. Criteria (5) and (7) 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 255 and a SF 254. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors and provide evidence that your firm is permitted by law to practice the professions of architecture and engineering (i.e. state registration number). Clearly show the office location where the work will be done. Use Block 10 of the SF 255 to provide any additional information desired. One copy of the SF 255 and SF 254 are to be received by this office no later than 2:00 p.m. Pacific time, the 30th calendar day after the date of appearance of this announcement in the Commerce Business Daily. Should the date fall on a weekend or holiday, the SF 255's and SF 254's will be due the first workday thereafter. SF 255's and SF 254's received after this date and time will not be considered. Submit SF 254 for each consultant proposed. SF 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs excluded, exception that 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). Additional information requested of the applying firms: Indicate contract number in Block 2b, CEC code (formerly Duns) and TIN numbers in Block 3, telefax number (if any) in Block 3a, prior names your firm has used in the past three years, including parent company, branch offices, affiliates, associations and subsidiaries in the appropriate block. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. Firms not providing the requested information may be negatively evaluated. Firms which design of prepare documents for a construction contract of procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. The proposed contract listed here is unrestricted. This is not a request for proposal. Telegraphic and facsimile SF 255s will not be accepted. Site visits will not be arranged during the submittal period. (156)

Loren Data Corp. http://www.ld.com (SYN# 0021 19960607\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page