Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1997 PSA#1782

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

C -- MCAF FY 99 AERIAL DELIVERY FACILITY, TRAVIS AIR FORCE BASE, FAIRFIELD, CALIFORNIA SOL N62474-97-C-1544 POC Point of Contact is Deborah Levitan at 415-244-2471, Contracting Officer, Earlee Young. Architectural and Engineering Services for plans and specifications and engineering services for an aerial delivery facility at Travis Air Force Base, Fairfield, California. Firm Fixed Price. Selection will be based on the following criteria which are numbered in order of importance: (1) EXPERIENCE: Recent specialized experience of the firm in preparation of engineering and related studies and plans and specifications for the design of aerial delivery facilities including air drop and parachute operations; storage of cargo and munitions; administration and supply; and training of squadron air crews. Experience shall include similar projects successfully completed within the last ten years. (2) QUALIFICATIONS: Professional qualifications of the staff (in-house and/or consultants), 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) CAPACITY: Ability of thefirm to accomplish contemplated work within a minimum reasonable time limit, as demonstrated by the impact of this work load on the firms permanent staff, projected work load during the anticipated design service period, the firm's history of successfully completing projects in compliance with performance schedules and providing timely construction support. Provide specific experience related time frames for accomplishment of similar efforts. If consultants are involved, address history of working relationship. (4) PERFORMANCE: Past performance (with emphasis on similar effort cited in criteria elements one and two) with Government agencies and/or private industry. The AE firm's quality control program, including performance of quality control on prior Department of Defense contracts, shall be a selection evaluation factor. The AE firm's performance of quality control and proposed quality control program shall also be addressed during the selection interview. Demonstrated long term Government or private business relationships, repeat business on related effortss and construction support. Performance on estimating the probable project construction cost including budget control throughout the preliminary engineering/design stage as well as actual bid results. Knowledge of bid climate and related impact factors for the general areas of consideration for this project. (5) LOCATION: Location of the firm (and consultants) within the general geographical area of the contract, and knowledge of the locality, including appropriate selection of construction materials and methods. (6) VOLUME: Volume of work previously awarded by the Department of Defense (DOD) for the past 12 months to the firm 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 (DO NOT PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS THE DATA). The estimated start date for the contract is May 1997; estimated completion date (including construction support) is July 1998. In order to expedite your firm's consideration regarding the above criteria by the Board, the following application data shall be substituted for Blocks 7, 8, 9, and 10 in the SF 255: (1) To demonstrate how the firm meets the EXPERIENCE criteria, provide a description of pertinent recent projects for which team members provided a significant technical contribution. Work on these projects must have been done in the last 10 years. Indicate how each project is relevant to the work described herein. In MATRIX form, identify which team members and firm worked on the projects described. Projects shall be in the left column and team member's names/firms shown across the top row of the MATRIX; (2) To demonstrate how the firm meets the QUALIFICATION criteria, submit a MATRIX for the design team that contains the following data about the member's assignment team member's (including alternates) name, firm name, office location, proposed assignments, percent of time to be spent on this team, highest education level/engineering discipline (e.g., BS, mechanical engineering), states of professional registration, number of years of professional experience and number of years with the firm. Also, 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; (3) To demonstrate how the firm meets the CAPACITY criteria submit an organizational chart with the following information: Principal point of contact, project manager, team leaders, the name of each design team member, all team member assignments, and the name of at least one alternate for each key person. Summarize your plan for starting project development in May 1997 and for simultaneously accomplishing review of multiple projects within one calendar year and provide in chart (in number of hours) comparing design teams available capacity with their actual commitments for the next 12 months; (4) To demonstrate how the firmmeets the PERFORMANCE criteria, provide a tabular listing of all performance ratings and letters of commendation from both private and DOD clients (designate your role: prime, subcontractor, consultant, or joint venture partner). These ratings should be dated 1987 or later and should include those for joint venture partners and subcontractors. Provide a list of projects with construction value over $5 million, managed by the proposed project manager(s) that started since JAN 1989 and include the following data: client's contact, client's need date, design completion date, percent variances between contract award amount and actual construction cost (note whether bid or negotiated); (5) To demonstrate how the firm meets the LOCATION criteria provide a list of recent projects performed by the firm or joint venture partners, and appropriate subcontractors in contract area. At the selection interview, A-E firms selected for interviews must submit their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control process, a portfolio of design work (both new construction and upgrades to existing facilties), a listing of present business commitments and their required completion schedules, and performance references other than Engineering Field Activity West (include 3 or more with names and telephone numbers of the contract administators). Large business concerns will be required to submit a subcontracting plan if selected. The SF 255 with attachments shall be limited to 25 pages not smaller than 12 pitch font. Every page that is not a SF254 will be included in the page count. The submittal must be received at Engineering Field Activity, West, Naval Facilities Engineering Command, 900 Commodore Drive, San Bruno, CA 94066 (Building 207, 2nd Floor, ATTN: Deborah Levitan) not later than 3:00 pm local time, 30 calendar days from the date this announcement appears in the CBD. Submittals received after the 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, N62474-97-C-1544". (0042)

Loren Data Corp. http://www.ld.com (SYN# 0026 19970213\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page