Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1997 PSA#1867

Officer in Charge of Construction, Marine Corps Logistics Base, Box 110198, Barstow, CA 92311-5050

C -- INDUSTRIAL STORAGE STUDY, MARINE CORPS LOGISTICS BASE, BARSTOW, CA SOL N68711-97-R-6105 DUE 062597 POC Contract Specialist, Charlene Sterling, (760) 577-6421, or Contracting Officer, Pamela J. Kidder, (760) 577-6406. C -- ARCHITECTURAL-ENGINEERING SERVICES TO PROVIDE INDUSTRIAL STORAGE STUDY, MARINE CORPS LOGISTICS BASE, BARSTOW, CA, Sol. N68711-97-R-6105. Contact Contracting Officer, Pamela Kidder, (760) 577-6421, or Contract Specialist, Charlene Sterling, (760) 577-6421. This is a firm fixed price contract. The intention of this contract is to obtain an Industrial storage study for assessment of space allocation and utilization of existing industrial warehouses at Marine Corps Logistics Base, Barstow, CA. The study will analyze and refine consolidation and industrial storage for existing and new customers and for future demands of Nebo and Yermo base storage. Base assignment would include the requirements to survey customers to determine their needs. Storage guidance and regulations from their headquarters would also be included. Study would determine recommendations for consolidation with regulations and references cited for 28 buildings at Nebo with a total of 1,733,355 square feet, 20 buildings at Yermo with a total of 1,088,038 square feet and 37 open lots with a total of 25,186,589 square feet. The estimated start date is July 1997 and estimated completion date is September 1997. Selection will be based on the following criteria which are numbered in order of importance: NOTE: The A/E must demonstrate his and each key consultant's qualifications with respect to the following evaluation factors: (1) Professional qualifications of the firm and proposed staff for the above described work. Evaluation of the proposed staff (to include consultants) under this criteria will be based upon years of experience and type/number of recent (less than three years) similar projects. (2) Specialized experience of the firm (including consultants) in the performance of similar type work described above. Evaluation of the qualifications of the firm under this criteria will be based upon the recent (3 years or less) experience (in terms of number and scope of projects) in similar efforts forwarded by the firm. (3) Capacity to accomplish the work in the required time. Indicate firm's present workload (including proposed consultants), projected workload for the contract period, availability of the proposed staff to be used for this contract, and provide a matrix of the firm's recent track record in meeting production schedules. Evaluation of firms ability to accomplish the work in the required time under this criteria will be assessed based upon the firm's track record, staff size, availability, and projection of future workload. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, provide details of the firm's internal quality and cost procedures. Evaluation of the firm's past performance under this criteria shall be assessed based upon the firm's quality and cost control procedures, ACASS performance evaluations, provided performance evaluations and awards. (5) Location in the general geographical area of the project and knowledge of the locality of the project. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) List by agency and fee dollar amount, the volume of work previously awarded by the Department of Defense (DoD) to the firm in the past 12 months. This is for the equitable distribution of contracts among qualified A/E firms, including minority-owned firms that have not had prior DoD contracts. Those firms that meet the above criteria and wish to be considered must submit an SF 254 and SF 255. One copy of the SF 255 is to be received in this office no later than 3:30 p.m., the 10th calendar day after the date of appearance of this announcement in the Commerce Business Daily. Should the due date fall on a weekend or holiday, the SF 255 will be due on the first workday thereafter. SF 255's received after this date will not be considered. This office will utilize available SF 254's on file dated April 1996 or later. Additional information requested of the applying firms:Indicate contract number, DUNS number, TIN number, fax number (if any), prior names your firm used in the past three years including parent company, branch offices, affiliates, associations and subsidiaries on the cover letter. Personal interviews will not be scheduled prior to selection of the most highly qualified firm. Firms not providing the requested information directed by this synopsis may be negatively evaluated under selection criteria (4). Firms which design or prepare documents 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. The proposed contract is 100% set-aside for Emerging Small Business. 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. (0163)

Loren Data Corp. http://www.ld.com (SYN# 0020 19970616\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page