|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR MECHANICAL AND PLUMBING
ENGINEERING SERVICES CONTRACT FOR VARIOUS PROJECTS IN CALIFORNIA,
ARIZONA, NEVADA, AND NEW MEXICO SOL N68711-96-D-2207 DUE 071596 POC
Julia Garcia/Contract Specialist, (619) 532-2678, Nancy
Trent/Contracting Officer, (619) 532-2853. Firm Fixed Price. Mechanical
and Plumbing Engineering services are required for the design of and
preparation of plans and specifications for the purpose of bidding and
construction of various Naval/Marine Corps Projects at various
activities within the California, Arizona, Nevada and New Mexico
geographic area for Naval Facilities Engineering Command, Southwest
Division located at San Diego, California. The term of the contract
will be 365 calendar days from the date of the contract award or until
the $1,000,000 limit is reached. The A-E fee for any one project may
not exceed $200,000. The lead discipline shall be a registered
Mechanical Engineer with all required supporting disciplines. The
estimated start date is September 1996 with an option available to the
Government to extend the contract for one additional year. If the
Government exercises the option to extend the contract, the total
amount of the contract shall not exceed $2,000,000. A-E selection
criteria will include (in order of importance): (1) Recent specialized
experience of the firm (including consultants in the preparation of
Plan and Specifications for Mechanical/Plumbing projects as the lead
discipline for the design repair and new installation of HVAC systems,
boilers, exterior distributions systems, (stem, high temperature
water, compressed air and natural gas), plumbing, industrial
ventilation and exhaust systems, refrigeration for cold storage and
automotive service gas stations. Projects may also require the
identification and removal of asbestos and lead-based paint. 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
services for plans and specifications preparation of each design
project. (2) Professional qualifications of the staff and consultants
associated with the design of facilities requiring mechanical/plumbing
services as listed in (1) above. List only the team members who
actually will perform major tasks under this contract. 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) 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. (0158) Loren Data Corp. http://www.ld.com (SYN# 0024 19960607\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|