Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6,1996 PSA#1674

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

C -- INDEFINITE QUANTITY CONTRACT FOR CIVIL ENGINEERING SERVICES FOR VARIOUS PROJECTS LOCATED AT MARINE CORPS BASE, CAMP PENDLETON, CA; NAVAL ORDINANCE CENTER, FALLBROOK, CA; MWTC BRIDGEPORT, CA SOL N68711-96-D-2295 DUE 101496 POC Kathy Luhmann/Contract Specialist, (619) 532-2796, Dennis Wilkins /Contracting Officer, (619) 532-3454. INDEFINITE QUANTITY CONTRACT FOR CIVIL ENGINEERING SERVICES FOR VARIOUS PROJECTS LOCATED AT MARINE CORPS BASE CAMP PENDLETON, CALIFORNIA, NAVAL ORDINANCE CENTER, FALLBROOK DETACHMENT, FALLBROOK, CALIFORNIA; AND MOUNTAIN WARFARE TRAINING CENTER (MWTC), BRIDGEPORT, CALIFORNIA. Indefinite Quantity - Firm Fixed Price Contract. Architectural - Engineering Services are required to provide civil engineering services including feasibility and concept studies, plans, specifications, cost estimates and engineering studies for various water/sewer projects located at Marine Corps Base Camp Pendleton, California, Naval Ordinance Center, Pacific Division, Fallbrook Detachment, Fallbrook, California, and Mountain Warfare Training Center (MWTC), Bridgeport, California, for Southwest Division, Naval Facilities Engineering Command, San Diego, California. The services may include the accomplishment of design plans, specifications and cost estimates, feasibility and concept studies, preparation of architectural and engineering studies/investigations, and preparation of architectural and engineering documents and reports for repair and improvements to potable water distribution systems, water reservoirs and pumping stations, wastewater collection systems, sewage treatment plants, lift stations, sewer piping with associated civil, architectural, mechanical and electrical components and other incidental related works. The term of the contract will be 365 days from the date of the contract award or until the $500,000.00 limit is reached. The estimated start date is January 1997. The Government has the option to extend this contract for an additional 365 days or until an additional $500,000.00 is reached. The minimum guarantee contract amount is $25,000.00. The maximum delivery order may be $200,000.00. The A-E selection criteria will include (in order of importance): (1) Recent specialized experience of the firm (including consultants) in the design for repair and improvements to potable water distribution systems, water reservoirs and pumping stations, wastewater collection systems, sewage treatment plants, lift stations, sewer piping with associated civil, architectural, mechanical and electrical components and other incidental related works. Do not list more than a total of 10 projects in block 8. Include point of contact name and phone number in block 8c for each project listed. Indicate which consultants from the proposed team, if any, participated in the design of each project. (2) Professional qualifications of the staff and consultants to be assigned to this project, and recent specialized experience in the design for repair and improvements to potable water distribution systems, water reservoirs and pumping stations, wastewater collection systems, sewage treatment plants, lift stations, sewer piping with associated civil, architectural, mechanical and electrical components and other incidental related works. (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 assurances 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 criteria 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 firm's 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 women-owned business firms used as primary consultants or 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 an SF 254 and an SF 255 for the firm and an SF 254 for each consultant listed in Block 6 of the firm's 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 thereafter. 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 directed (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.) 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. (0248)

Loren Data Corp. http://www.ld.com (SYN# 0012 19960905\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page