Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25,1996 PSA#1687

Officer in Charge of Construction, Los Angeles Area, Southwest Division, Naval Facilities Engineering Command, Naval Weapons Station, Bldg 230, Seal Beach, CA 90740-5000

C -- PROCUREMENT NOTICE - A-E SERVICES FOR REPAIRS AND ALTERATIONS TO BUILDING 511 AT THE NAVAL WARFARE ASSESSMENT DIVISION, CORONA, CA SOL N68711-96-R-3478. Contact Lela Huffman 310/626-7150/Contracting Officer Veneece McNeley. This is a request for submittal of SF254 and SF255 for evaluation related to the procurement of Architect Engineering Services for the Repair and Alterations to Building 511 at the Naval Warfare Assessment Division, Corona. The contractor shall prepare plans, specifications and cost estimates suitable for the purpose of bidding and construction. Design services shall include, but are not limited to: Feasibility study for a new Video Tele-Conference (VTC) Center including architectural, structural, mechanical and electrical requirements; seismic analysis of the existing building, and a seismic analysis for conversion of the stage and balcony area to the VTC with new mezzanine; identification of potential hazardous materials within the area of construction; providing new ceilings, repair to perimeter flashing and painting of interior wall and texture coat to exterior wall; replacement of existing HVAC system with new multi-zoned/chilled water HVAC system; windows, flooring and upgrade of fire protection, handicap for restrooms, and the building structure is to comply all current Federal, State and local codes, regulations and requirements. Estimated construction cost is $450,000. Time for completion of design package is 120 days. This is a Simplified Acquisition Procedure, the total A-E fee that may be paid under a contract as a result of this request for proposal will not exceed $100,000. The A-E evaluation criteria, in order of importance are: (1) Recent specialized experience and technical competence of the firm (including consultants) in the design of administrative and industrial facilities relating to the structural analysis, architectural and structural modifications and seismic retrofit of wood framed and concrete/masonry structures. List only team members who actually will perform major tasks under this project. (2) Professional qualifications of the staff to be assigned to the contract in support of structural analysis, architectural and structural modifications and seismic retrofit of wood framed and concrete masonry structures and facilities. List only team members who actually will perform major tasks under this project. (3) Past performance on Department of Defense contracts in regard to quality control, schedule adherence and costs control. Indicate by briefly describing internal quality assurance and cost control procedures. Indicate effectiveness of construction cost estimating procedures. List recent awards, commendations and other performance evaluations. (4) Professional capacity of the firm to accomplish the work in the required time. Indicate the firm's present workload and availability of the project team (including consultants) for the specified contract performance period. (5) Location in the general geographic area of the project and familiarity with the locality of the project, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of the projects. (6) List small or disadvantaged or women-owned business firms as primary consultants or subconsultants. (7) Volume of work previously awarded by the Department of Defense (DOD) to the firm with the object of effecting equitable distribution of contracts among qualified architect-engineer firms. (8) Provide demonstrated success in prescribing the use of recovered materials, achieving waste reduction and energy efficiency in facility design. Those firms which meet the requirements described in this announcement and wish to be considered must submit one copy each of completed Standard Form (SF) 254 and SF255, and a SF254 for each consultant listed in block 6 of the firm's SF255. The submittal package is to be received in the office of the Officer in Charge of Construction; Los Angeles Area, Southwest Division NAVFACENGCOM, Naval Weapons Station, Building 230; Seal Beach, California 90740-5000 by 7 Oct 1996 no later than 4:00 pm Pacific Time. 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) or DUNS number (for the address listed in block 3) and Tax Identification (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 SF255. It is requested that interested firms list amount and date of all DOD fees awarded during the last 12 months in Block 9 of the SF255. Also, list prior names your firm has used in the past three years, including the parent company, branch offices, affiliates association and subsidiaries. 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 SF255 to provide any additional information desired. SF255'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 SF255 (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 (4). Firms 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. Telegraphic and facsimile SF255's will not be accepted. Site visits will not be arranged during the submittal period. Personal interviews will be scheduled prior to selection of the most highly qualified firm. This is not a request for proposal. See Numbered Note 24. (264)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960924\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page