|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7,1996 PSA#1717Commanding Officer, Engineering Field Activity West, 900 Commodore Dr.
San Bruno, CA 94066-5006 C -- A-E SERVICES FOR VARIOUS PROJECTS IN NORTHERN AND CENTRAL
CALIFORNIA SOL N62474-97-R-1510 DUE 120996 POC Diana Gustafson,
Contracting Officer, (415) 244-2938, FAX (415) 244-2991. Architectural
and Engineering Services are required for various projects which are
civil engineering in nature; however, significant input from
architectural, structural, geotechnical, mechanical, and electrical
disciplines may be necessary. The work is located in Northern and
Central California, and Nevada. This contract is for one year with a
maximum total dollar amount of $1,000,000 per year, with an option
available to the Government to extend the contract for an additional
year with the same limitations. A minimum fee of $25,000 is guaranteed
should no work be ordered after contract award. This minimum fee
guarantee applies to the option year as well, should no work be
ordered. No individual project under this contract shall exceed
$400,000. Selection will be based on the following criteria which are
numbered in order of importance: (1) Recent specialized experience of
the firm and proposed consultants in comprehensive design services
including preparation of final plans and specifications, cost
estimates, engineering and related studies, and construction contract
support services for design of civil engineering projects dealing with
utility systems, pavements, earthwork and grading, civil engineering
projects dealing with utility systems, pavements, earthwork and
grading, railroads, design of small buildings and structures, and other
site improvements. (INCLUDE GOVERNMENT & PRIVATE EXPERIENCE.)
Experience shall include similar projects successfully completed within
the last five years. (2) Professional qualifications of the staff
(in-house and/or consultant(s)), with respect to the overall makeup of
the engineering/architectural team. The experience and roles of key
design personnel, specifically on related projects addressed in
criteria element one above. (3) Ability of the firm to accomplish the
contemplated work within a minimum reasonable time limit; as
demonstrated by the impact of this work load on the firm's permanent
staff, projected workload during the anticipated design service period,
the firm's history of successfully completing projects in compliance
with performance schedules and successfully completing projects and
providing timely construction support. Provide specific experience and
related time frames for accomplishment of similar civil engineering
projects. If consultants are involved, address history of working
relationship. (4) Past performance (with emphasis on similar efforts
cited in criteria elements one and two) with government agencies and/or
private industry. The firm's quality control program, including
performance of quality control on prior Department of Defense contracts
for engineer/design documents, reports and studies. Demonstrated long
term government or private business relationships, repeat business on
related efforts and construction support. Perfomrance on estimating the
probable project construction cost for civil engineering/design stage
as well as actual bid results. Knowledge of bid climate and related
impact factors for proposed projects within general geographic area.
(5) Location of the firm within the general geographic area of the
covered project locations, and knowledge of the proposed project
locations, including appropriate selection of construction material and
methods, (6) Volume of work previously awarded by the Department of
Defense (DOD) to the firm (DO NOT PROVIDE THIS INFORMATION SINCE THE
GOVERNMENT HAS THE DATA), with the objective of effecting equitable
distribution of contracts among qualified with the objective of
effecting equitable distribution of contracts among qualified
Architect-Engineer firms, including minority-owned firms and firms that
have not had prior DOD contracts. (7) Demonstrated success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. The following
options may be included: PLANS AND SPECIFICATIONS, POST CONSTRUCTION
CONTRACT AWARD CONSULTATION, AND CONSTRUCTION SURVEILLANCE. The
estimated date for start of this contract is January 1997. The
estimated completion date for this contract is January 1998. Those
firms which meet the requirements described in this announcement and
wish to be considered, must submit a SF255. Specifically address all
criteria elements listed in block ten, with additional sheets attached,
as required. One copy of the SF255 must be received in this office
(Bldg. 205, 2nd floor, Diana Gustafson) no later than close of
business, at San Bruno, CA, 30 calendar days from the date this
announcement appears in the CBD. Indicate contract number in block 2B
of the SF255. Submit a SF254 only if you have not done so in the past
year. This is not a Request for Proposal (RFP). (0310) Loren Data Corp. http://www.ld.com (SYN# 0007 19961106\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|