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