Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 9,1997 PSA#1842

Officer in Charge of Construction, P. O. Box 209 Oceanside, CA 92049- 0209

C -- INDEFINITE QUANITY ARCHITECTURAL/ENGINEERING SERVICES FOR VARIOUS ELECTRICAL ENGINEERING PROJECTS AT MARINE CORPS BASE AND MARINE CORPS AIR STATION, CAMP PENDLETON, CA; NAVAL ORD. CENTER, FALLBROOK, CA; AND MOUNTAIN WARFARE TRAINING CENTER, BRIDGEPORT, CA SOL N68711-97-R-6507 DUE 061797 POC Jane Hamilton, 760-725-3222/Contracting Officer, Catherine Jones, 760-725-3222 E-MAIL: Officer in Charge of Construction, Camp Pendleton, California, internet[jlhamilton@efdswest.navfac.navy.mil]. Firm-Fixed Price/Indefinite Quantity Architectural-Engineering Services are required for feasibility and concept studies, preparation of architectural and engineering documents and reports for accomplishment of designs, plans, specifications and cost estimates for electrical engineering projects with associated architectural, mechanical, civil, structural, environmental, landscaping and incidental related work. The general intent of the typical projects includes but is not limited to designs and/or studies for power distribution systems, transmission lines, substations, power generation, lighting, telephone systems (outside plant, including both fiber optic and copper conductors) and computerized control and protection systems. A representative project may include, but not be limited to, replacing existing overhead 3-phase electrical distribution lines with an underground duct system, incorporating energy efficient street lights and evaluating the need for an additional substation. A project may need replacement of diesel generators with natural gas fuel and reevaluation of the new power needs of the the sewer plant. A project may require installing fiber optic cable from a main telephone facility to an outlying telephone facility via a combination of direct buried and conduit/manhole installation. Additional work includes security systems, fire protection and fire alarm systems for buildings and other incidental work as required. The type of project facilities may include, but not be limited to the following: administrative facilities and service buildings, chapels, divisional headquarters, auditoriums, audiovisual facilities, educational buildings, industrial buildings, warehouses, sewer plants, gas stations, residential buildings and other similar structures. This contract requires the use of SPECSINTACT software for preparation of the contract specifications and CADD Standards and Procedures. This contract also requires the ability to coordinate various associated engineering disciplines and the different aspects of construction phasing as well as the ability to provide cost estimates in two categories (repairs and new construction) with appropriate notes identifying each construction task by section for the purpose of obtaining a bid for each category (repairs and new construction). The term of the contract will be 365 days from the date of contract award or until the $500,000.00 limit is reached. The Delivery Order limitation is $200,000.00. The proposed contract includes a Government option for the same term and conditions of the original contract for an additional 365 days. If the Government exercises the option to extend, the total amount of the contract shall not exceed $1,000,000.00. The guaranteed minimum contract amount is $25,000.00. The estimated start date is November 1997. A/E selection criteria are listed in descending order of importance as follows: (1) Recent specialized experience and technical competence of the firm (including consultants) in electrical power distribution and generation systems, substations, exterior and interior lighting, communication systems, energy consumption management and energy efficient systems, security systems, fire alarm systems, electrical and electronic control systems. The design of the electrical power distribution system shall include, but not be limited to, field investigation of existing power sytems, voltage drop calculations, short circuit calculations, power single line diagrams, plans and specifications, cost estimates, technical and economic calculations and analysis. (2) Professional qualifications of the staff necessary for satisfactory performance of required services as stated in criterion 1. The Project Manager shall be an in-house Registered Electrical Engineer. (Indicate which consultants from the proposed team, if any, participated in the services for plans and specification preparation of each design project listed in Block 8. List only the team member who actually would perform major tasks under this project and only qualifications related tothe individual's potential contributions to the project.) (3) Capacity of the firm to accomplish the contemplated work within the required amount of time. (Indicate the firm's present workload and the availability of the project team including consultants for the proposed contract performance period.) (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Briefly describe internal quality assurance/quality control procedures and cost control procedures and indicate effectiveness by listing preliminary estimates, final A/E estimate, construction award amount and percentage differential and construction change order rate for up to five recent (last five years) projects. (NOTE: Specific examples must be cited in Block 10 of the SF 255. List Recent awards, commendations, and other performance evaluations. Do not submit copies.) (5) Location of the firm in the general area of the project and knowledge of the locality of the project, provided that this criteria leaves an appropriate number of qualified firms, given the size and nature of the contract. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. For purposes of the Slate and Selection process there are no exclusions for recovered materials. (7) Volume of work awarded to the firm by the Department of Defense within the last twelve months, with the object of effecting equitable distribution of contracts among qualified A/E firms, including minority owned firms and firms that have not had prior DOD contracts. (8) Small Business, Small Disadvantaged Business, or Woman-owned Business status of the primary consultant, or use of Small Business, Small Disadvantaged Business, or Women- owned Business as subconsultants by the primary consultant. Evaluation criteria (1) through (4) are the primary evaluation factors in the determination of the most highly qualified firm. Criteria (5) through (8) are secondary factors that will become a consideration in the event that all firms are considered equal on factors (1) through (4). Those firms which meet the requirements described in this announcement and wish to be considered must submit a SF 254 (including consultants) and SF 255 which should include an organizational chart of key personnel to be assigned to the projects. One copy of the SF 254/255 is to be received in this office no later than 4:00 P.M., Pacific Time, June 17, 1997. SF 254/255's received after this date and time will not be considered. All SF 254/255s delivered by means other than the postal service should be addressed to OICC, A/E Branch, Building 22101, Marine Corps Base, Camp Pendleton, CA 92055 and received by the above date. No other notification of these projects will be made to firms. Other additional information requested of applying firms: On the SF 255, indicate solicitation number in Block 2d, Duns number (for the address listed in Block 3) and TIN numberin Block 3, facsimile number (if any) in Block 3a, and in Block 10 discuss why the firm is especially qualified based on the selection criteria. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. SF 255's shall not exceed 30 printed pages. (Double sided pages are counted as two pages. Organization charts and photographs are excluded with the exception of photographs with text which will be considered as a page.) All information must be included on the SF 255 (cover letter, other attachments and pages in excess of 30 page limit will not be included in the evaluation process.) Firms, who are large businesses, must submit a small business and small disadvantaged business subcontracting plan at the time of submission of their SF254s/255. Firms 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. 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 SF255 to provide any additional information desired. Telegraphic and facsimile SF 254/255's will not be accepted. (0127)

Loren Data Corp. http://www.ld.com (SYN# 0013 19970509\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page