Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1996 PSA#1746

SOUTHWESTNAVFACENGCOM (Code 531), 1220 Pacific Highway, San Diego, CA 92132-5187

C -- A-E SERVICES & PLANS & SPECIFICATIONS FOR FY95 MCON PROJECT P-605, PULGAS GYMNASIUM, AT THE MARINE CORPS BASE CAMP PENDLETON, CALIFORNIA SOL N68711-97-C-8306 DUE 012197 POC Contract Specialist, Katherine G Luhmann, (619) 532-2796/Contracting Officer, Dennis Wilkins, (619) 532-3454. C -- A-E SERVICES & PLANS & SPECIFICATIONS FOR FY95 MCON PROJECT P-605, PULGAS GYMNASIUM, AT THE MARINE CORPS BASE CAMP PENDLETON, CALIFORNIA SOL N68711-97-C-8306 DUE 012197 POC Kathy Luhmann/Contract Specialist, (619) 532-2796, Dennis Wilkins/Contracting Officer, (619) 532-3454. Firm Fixed Price Contract. Architectural -- Engineering services are required for the design, preparation of designs and specifications for the purpose of bidding and construction of a gymnasium at MCB Camp Pendleton to include gymnasium, electrical utilities, mechanical utilities, paving, site improvement, parking, lighting, irrigation, landscaping, sidewalks and site drainage. Facilities within the building include racquetball and basketball courts, exercise/weight rooms, cardiovascular aerobics room, restrooms with lockers, administrative spaces, storage/issue rooms, and all necessary fire protection systems and life safety considerations. Site improvements include asphalt concrete paved parking, access road, landscaping, all site utilities, and playing field. The estimated start date is February 1997. The estimated completion date is May 1997. The contract will be negotiated and awarded on the basis of both engineering documentation and design services, with an option for post construction services. The estimated cost of construction is between $1, 000, 000 and $3, 000, 000. The A-E selection criteria will include (in order of importance): (1) Recent specialized experience of the firm (including consultants) in the design of gymnasiums (including all site improvements and necessary fire protection systems) approximately 21, 000 SF to include: concrete masonry exterior walls, insulated metal roofing, wood floor, heating, air conditioning and ventilation system, racquetball and basketball courts, exercise/weight rooms, cardiovascular aerobics room, restrooms with lockers, administrative spaces, storage/issue rooms, and bleachers, and preparation of complete design plans and specifications for the purpose of bidding for construction. Do not list more than a total of 10 projects in block 8. Indicate which consultants from the proposed team, in any, participated in the design of each project. (2) Professional qualifications of the staff, including consultants, to be assigned to this project in the design of gymnasiums (including all site improvements and necessary fire protection systems) approximately 21, 000 SF to include: concrete masonry exterior walls, insulated metal roofing, wood floor, heating, air conditioning and ventilation system, racquetball and basketball courts, exercise/weight rooms, cardiovascular aerobics room, restrooms with lockers, administrative spaces, storage/issue rooms, and bleachers, and preparation of complete design plans and specifications for the purpose of bidding for construction. List only the team members who actually will perform major tasks under this project. Qualifications should reflect the individuals' 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 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) 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 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. (0353)

Loren Data Corp. http://www.ld.com (SYN# 0023 19961220\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page