|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1997 PSA#1849Commanding Officer, Engineering Field Activity West, 900 Commodore Dr.
San Bruno, CA 94066-5006 C -- ARCHITECTURAL AND ENGINEERING SERVICES FOR FY-98 MCON PROJECT
P-297, MESS HALL ADDITION, AT NAVAL AIR STATION FALLON, NV SOL
N62474-97-C-1594 POC Nancy Hernandez, Contract Specialist, at (415)
244-2979, for information, Contracting Officer, M. Walker. This
synopsis covers one contract, as described below. Work includes project
development, preparation of plans, specifications and consturction cost
estimate for a new Mess Hall Addition and related work. Studies,
Parametric Estimating and Programming (PEP), collateral equipment
lists, permit application preparation, interior design, construction
contract support services (shop drawing review, as-built preparation),
field consultation during construction, and preparation of Operation
and Maintenance Support Information (OMSI) Manuals may be required.
Contract award is contingent upon the availability of funds. The Mess
Hall Addition is required to provide for additional dining hall
facility space with an area of approximately 900 square meters,
including HVAC, fire protection system, freezer boxes, utilities,
parking/paving, sidewalks, drainage and landscaping. Metric scale is
required on construction drawings. The construction cost for this
project is no more than $1,500,000. The project scope and cost are
subject to adjustment. Selection will be based upon the following
criteria, which are numbered in order of importance: (1) EXPERIENCE:
specialized experience (both government and private) and technical
competence of the firm and/or the proposed consultants, in the planning
and design of similar projects to Navy design criteria, within cost
controls. Comparable experience of the firm and consultants on projects
within the last five years will be given the greatest weight. (2)
QUALIFICATIONS; Professional qualifications of the staff (in-house
and/or consultants), specifically on related projects addressed in
criteria element (1) above. Particular focus will be on the
qualifications of the project manager and design professionals with
expertise in the development of mess halls or similar facilities. (3)
PAST PERFORMANCE: Past performance, with emphasis on similar efforts
cited in criteria elements (1) and (2), with government agencies and/or
private industry. History of working relationships with consultants.
(4) CAPACITY: Ability of the firm to accomplish the contemplated work
within a minimum reasonable time limit, as demonstrated by he impact of
this work on the firm's permanent staff, projected work load during the
anticipated design period, the firm's history of successfully
conpleting projects in compliance with performance schedules. Specific
experience and related time frames for accomplishment of similar
efforts. (5) LOCATION: a) Knowledge of probable site conditions,
materials and supplies availability and applicable regulatory
requirements; and b) ability of the firm to ensure timely response to
requests for on-site support. (6) RECOVERED MATERIALS: Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design. (7)
SUBCONTRACTING: Provide the following data: identification of any team
consultants which are Small Business (SB), Small Disadvantaged
Business (SDB), or Women-Owned Small Business (WSB), and a description
of the work to be accomplished under the contract by these firms;
indentification of the PERCENTAGE goal of planned work that will be
subcontracted to SB, SDB, WSB under the contract; identification of the
TYPE OF WORK planned to be subcontradcted to SB/SDB/WSB; and if a large
business, a brief description of your SB/SDB/WSB subcontracting
outreach plan. If a large business firm is selected for award of the
contract, the same data must be included in its SB/SDB/WSB
Subcontracting Plan submitted in accordance with FAR 19.7 and DFARS
219.7, which will become an enforceable part of the contract. Those
firms which meet the requirements described in this annoucement and
wish to be considered, must submit a SF 255. For consideration, provide
one submittal package, including one original SF 255 and one original
SF 254 for each firm proposed. The SF 255 with attachment shall be
limited to no more than 25 pages and not smaller than 10 point font.
Every page that is not a SF 254 will be included in the page count. The
submittal must be received in this office (Building 205, 2nd floor,
ATTN: Nancy Hernandez) no latter than 3:00 PM local time at San Bruno,
CA the 30th calendar day following the publication of this synopsis.
Submittals received after this date and time will not considered.
Include telefax numbers in Block 3a and DUNS number, Commercial and
Government Entity (CAGE) Code if known, A-E Contractor Appraisal
Support System (ACASS) Code if known, and Taxpayer Identification
Number (TNN) in Block 3. Label lower right corner of outside mailing
envelope with "A-E Services N62474-97-C-1594. Site visits will not be
arranged during the advertisement period. This is not a request for
proposal (RFP). (0136) Loren Data Corp. http://www.ld.com (SYN# 0018 19970520\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|