Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1996 PSA#1695

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006

C -- FIXED PRICE CONTRACT REQUIREMENTS FOR ARCHITECTURAL/ENGINEERING SERVICES FOR FY-97 MCON PROJECT P-291, AIRCRAFT ACOUSTICAL ENCLOSURE AT NAVAL AIR STATION, FALLON, NV SOL N62474-96-R-6131 DUE 110696 POC Diana Gustafson, Contract Specialist, (415)244-2938, Contracting Officer, May Walker. Work includes project development, preparation of plans, specificatons and construction cost estimates for an Aircraft Acoustical Enclosure building and related facilities. This work will be performed on an expeditious schedule in order to meet FY97 authorized design requirements. Studies, collateral equipment lists, permit application preparation, construction contractor submittal review, construction field inspection, Operation and Maintenance Support Information (OMSI) Manuals preparation, and as-built drawing preparaton may be required. The project consists of relocating an existing aircraft acoustical enclosure from NAS Alameda, CA to NAS Fallon, NV, and includes the connection of supporting utilities to the relocated facility, aircraft apron and paving, with a total estimated cost of less than $5,600,000. The project scope and cost are subject to adjustment. Selection will be based on the following criteria which are numbered in order of importance: (1) PROFESSIONAL QUALIFICATIONS AND SPECIALIZED EXPERIENCE: a) Technical and/or managerial qualifications of key individuals. Provide a matrix of the design team including alternAtes. Label individual rows with the team members' names and their proposed team assignments. Label columns as follows: firm name and office location; percent of time to be spent on this team; proFessional registration; number of years of professional experience; number of years with current firm, highest educaton level/discipline (example: BS, mechanical engineering) for project managers and team leaders, identify the number of teams (design, subcontractors, and joint venture partners) they have managed over the past three years. b) Demonstrated recent experience (within the past 8 years) of the firm and proposed key individuals in (1) designing similar projects to Navy design criteria on an accelerated schedule within cost controls, and submit a table (rows and columns) of the most significant recent projects that demonstrate experience of the firm and sub consultants relevant to the proposed work. Work on these projects must have been done in the last 8 years. Indicate how each project is relevant to the work described herein. In matrix form, identify which team members workded on the described projects and in what capacity. Label individual rows with the projects' titles. Label columns with the team members' names. (2) PAST PERFORMANCE: Include a tabular listing of all excellent performance ratings and letters of commendations from both private and DOD clients (Designate your role: prime, subcontractor or joint venture partner). These ratings should be dated 1989 or later and should include those for joint venture partners and subcontractors. Provide a list of projects to be used for evaluation of criteria 2, professional qualifications and specialized experience, that started construction since 1989 and include the following data: List projects relevent to the proposed work, managed by the proposed project manager(s), for which construction has been completed and include the following data: client's contact, design completion date, construction completion date, client's need date, and percent differentials between contract award amount and estimated construction cost (note whether bid or negotiated); For the proposed Project Manager illustrate with specific examples, experience since 1989 in managing similar contract types. Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors. Summarize your plan for starting concept studies in 4th calendar quarter 1996 and completing contract documents within 180 calendar days. Provide a chart (in number of hours) comparing design team's available capacity with their actual commitments for the next 12 months. Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors in the contract geographic area. (3) CAPACITY: Capacity of firm to accomplish projects on an expedited schedule and ability to sustain the loss of key personnel while accomplishing work within required time limits. Submit an organizational chart with the following information: principal point of contact, project manager, other proposed key managerial or technical individuals, and the name of at leat one alternate for each key individual. Provide a chart or graph (in number of hours) comparing available capacity in major technical disciplines with actual commitments for the next 8 months. (4) LOCATION: a) Knowledge of probable site conditions, materials and supplies availability and applicable regulatory requirements; and b) ability of the firm to ensure timely response to requests for on-site support. (Annotate the table provided under element 1 above to indicate those recent relevant projects accomplished in a geographic area similar to the proposed work site.) (5) RECOVERED MATERIALS: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in faciity design. (6) SUBCONTRACTING: Provide the following data: identification of any team consultants which are Small Business (SB), Small Disadvantaged Business (SDB), or Women-Owned Small Business (WSB), and a description of the work to be accomplished under the contract by these firms; identification of the PERCENTAGE goal of planned work that will be subcontracted to SB, SDB, or WSB under the contract; identification of the TYPE OF WORK planned to be subcontracted to SB/SDB/WSB; and if a large business, a brief description of your SB/SDB/WSB subcontracting outreach plan. If a large business firm is selected for award of the contract, the same data must be included in its SB/SDB/WSB Subcontracting Plan submitted in accordance with FAR 19.7 and DFARS 219.7, which will become an enforceable part of the contract. (7) VOLUME OF WORK: Volume of work previously awarded by the Department of Defense (DOD) for the past 12 months to the firm (DO NOT PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS THE DATA), with the objective of effecting equitable distribution of work among qualified Architect-Engineer firms, including SB and SDBs firms and firms that have not had prior DOD contracts. Those firms which meet the requirements described in this announcement and wish to be considered, must submit a SF255. At the selection interview, A-E firms slated for interviews must submit a Work Plan, based on previous experience, showing the most expeditious, but realistic schedule for accomplishing the proposed work, their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, and organizational chart showing inter-relationship of management and design team components, specific qulaity control process, a portfolio of design work (both new construction, upgrades to existing facilities and relocation projects), a listing of present business commitments and their required completion schedules, and performance references other than Engineering Field Activity West, Naval Faciities Engineering Command, West (or its former name, Engineering Field Command, Western Division), personnel (include 3 or more with names and telephone numbers of the contract administrators). For consideration, provide one submittal package, including one original SF255 and one original SF254 for each firm proposed. The SF255 with attachments shall be limited to no more than 25 pages and not smaller than 10 point font. Every page that is not an SF254 will be included in the page count. The submittal must be received in this office (Bldg 205, 2nd floor, ATTN: Diana Gustafson, Code 02T2DG) no later than 3:00 pm local time at San Bruno, CA, the 30th day following publication of this synopsis. Submittals received after this date and time will not be considered. Include telefax numbers in Block 3a and Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) Codes if known, and Taxpayer Identification Number (TIN) in Block 3. Label lower right corner of outside mailing envelope with ''A-E Services N62474-96-R-6131.'' Site visits to the existing facility at Naval Air Station, Alameda, CA will be on October 17, 1996. The point of contract is Mr. Steve Loo, Bulding 114, NAS Alameda, (51) 263-4980. Site visits to the relocation site at NAS, Fallon, NV can be arranged on and individual basis by calling Mr. Ed Muench, Pubic Works, NAS Fallon (702)426-2392. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). (0277)

Loren Data Corp. http://www.ld.com (SYN# 0010 19961004\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page