Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26,1996 PSA#1749

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

Y -- T58-16 AIRCRAFT ENGINE TEST CELL RETROFIT, MARINE CORPS AIR STATION, CAMP PENDLETON, CA SOL N68711-95-R-7579 DUE 022497 POC For plans and specs information call (619) 532-2796/Contract Specialist, Mike Larson/Contracting Officer, Katherine G. Luhmann. Sources sought to design, engineer and construct modifications to an existing T-76 Aircraft Test Cell to enable the test cell to be used to test T58-16 turboshaft aircraft engines at the Marine Corps Air Station, Camp Pendleton, California. The project includes design and construction of air dynamometer and engine augmenters, diked fuel skid area, various repairs and modifications, and finish rehabilitation to the existing test cell. The contract is to be awarded to the responsible offeror who submits the proposal considered most advantageous to the Government considering "Price" and "Technical" evaluation factors. The following evaluation criteria have been established: Factor (1) Past performance of the design/build team to include the following subfactors: (1.1) The number of projects, with scope, magnitude, complexity and cost similar to the requirements in this RFP, completed in the last ten years. Evaluation will include the number of projects completed by the firms comprising the team, individually, and the design/build team as a whole, and the change order rate, demonstrating the proposer's capability to successfully complete on time a project of similar scope and complexity of this requirement. (1.2) Experience of the prime contractor in the scheduling of the work and the management of the design and construction of the proposed project to meet a specified time frame. Evaluation will be based on the ability and experience of the prime contractor to manage design and construction and schedule work at the construction site. (1.3) Offeror's reputation for satisfying its customers by delivering quality work in a timely manner at a reasonable price. Includes an offeror's reputation for integrity, reasonable and cooperative conduct, effectiveness of management, and commitment to customer satisfaction. Information obtained from the offeror and from other sources, including past and present customers, federal, state, and local government agencies, will be considered. Factor (2) Relevant design and construction experience to include the following subfactors: (2.1) Professional qualifications and experience of the proposer and their key design staff in the design and construction of engine test cells to include the design and construction of test cells and hush houses and/or projects of similar scope and complexity in both the public and private sectors. (2.2) Professional qualifications and experience of the proposer and their key design staff in the design and construction of structural steel components to include successful design and construction of structural steel members in projects of similar complexity. (2.3) Professional qualifications and experience of the proposer and their key design staff with sound reduction to include successful design and construction of sound reduction components (doors, windows, panels and enclosures). (2.4) Professional qualifications and experience of the proposer and their key design staff in the design and construction of fire protection systems. (2.5) Professional qualifications and experience of the proposer and their key design staff with foundations to include successful design and construction of foundations in projects of similar complexity. (2.6) Professional qualifications and experience of the proposer and their key design staff with small cranes (trolley and chain hoist) to include successful design and construction of small crane systems. Factor (3) Project management, quality control and safety to include the following subfactors: (3.1) Adequate experience and qualifications of key managment and personnel to perform their assigned responsibilities effectively. Experience in coordinating interdisciplinary engineering and construction skills/personnel by demonstrating the capability to successfully complete on time a project of similar scope and complexity of this requirement. (3.2) Management control system to include how the project design and construction process will be managed, the ability to effectively coordinate architectural and engineering professionals, trade subcontractors and construction team effort, and the ability to manage the design process including the level of details required for proper documentation of drawings and specifications. Evaluation will include management techniques, organization an software to be used to track and control activities, including schedule and cost, that clearly demonstrate workability and conformance with the specifications. (3.3) Quality control system to include the controls necessary to ensure quality throughout the design to construction process to completion, and the credentials and commendations of the Quality Control Inspector to be used on this project. (3.4) Safety control procedures to include the steps proposed to promote and ensure safety during the construction of the turboshaft test cell, the offerors operations safety and incident rate for the last five years, the offerors last three Interstate Modifier Rate (IMR) for the offerors insurance, and attention and familiarity with OSHA standards and environmentalregulations. Factor (4) Subcontracting effort with the following subfactors: (4.1) Extent to which small and small disadvantaged firms are specifically identified in the proposal. Evaluation will include the complexity and variety of the work small and small disadvantaged firms are to perform, extent of commitment to use small and small disadvantaged firms, realism of the proposal for use of small and small disadvantaged firms, and the extent of participation of small and small disadvantaged firms in terms of the value of the total acquisition. (4.2) Prior performance of offerors in complying with requirements of the clauses at FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, and 52.219-9, Small Business and Small Disadvantaged Business Subcontracting Plan. A pre-proposal conference shall be held on February 11, 1997, at 10:00 a.m. in the "Blue Room" at the Naval Facilities Engineering Command, Southwest Division, 1220 Pacific Highway, San Diego, California 92132. Participants must reserve seating a minimum of two days in advance of the conference date by contacting Kathy Luhmann at (619) 532-2796. This is not a public bid opening. The estimated cost is between $1,000,000 and $2,000,000. Firm Fixed Price design and construction contract proposals will be considered from all responsible sources. This project is unrestricted. The standard industrial code is 1522 and the annual size standard is $17 million. It is recommended that the subcontracting plan goals reflect a minimum goal of 5% for Small Disadvantaged Business subcontracting efforts. Potential offerors should request in writing stating RFP number N68711-95-R-7579, with complete name, address, area code, and phone number and whether proposing as a prime/subcontract/supplier. There will be a charge for plans and specifications. This amount will be determined before RFP's are availble. Checks are to be made out to DEFENSE PRINTING SERVICE. PRINTING FEES ARE NOT REFUNDABLE. Mail requests to Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, Building 132, San Diego, CA 92132-5187. Please fax requests to (619) 532-2083; however, requests will not be proecessing until your check has been received by this office. Submit one (1) check per project. Solicitation packages are limited to two (2) per prime contractor and (1) per subcontractor/supplier. (0358)

Loren Data Corp. http://www.ld.com (SYN# 0123 19961226\Y-0012.SOL)


Y - Construction of Structures and Facilities Index Page