|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1997 PSA#1875SOUTHWESTNAVFACENGCOM, Regional Contract Support Team, Code 57CS4.SD,
1220 Pacifc Highway, San Diego, Ca. 92132-5187 C -- IQ CONTRACT FOR CIVIL ENGINEERING/SITE IMPROVEMENTS FOR VARIOUS
NAVAL & MARINE CORP ACTIVITIES WITH CA, AZ, NM, NV, WASHINGTON
GEOGRAPHIC AREA FOR SW DIVISION SOL N68711-97-D-8816 DUE 073097 POC
Samantha Darella/Contract Specialist, (619) 532-3758. Firm Fixed Price.
Indefinite Delivery contract for Architect-Engineering Services are
required to provide civil engineering services including design,
surveying, construction support, reports, cost estimates and related
studies for various projects at various locations at Naval and Marine
Corps activities within California, Arizona, New Mexico, Nevada, and
Washington geographic area for Southwest Division, Naval Facilities
Engineering Command, San Diego, California. The design may include site
development, erosion control/site drainage improvements, flood
protection, roadway repair/replacement, airfield pavements, trackage
repair/replacement, retaining walls, topographic and geotechnical
studies, environmental testing of soil and water for contamination. The
term of the contract will be 365 calendar days from the date of
contract award, or until the $1,000,000 limit is reached. The
government has the option to extend this contract for and additional
365 calendar days, or until an additional $1,000,000 is reached. The
A-E fee for any single delivery order may not exceed $500,000. The
estimated start date is September 1997. The estimated completion date
is September 1998. If the government exercises the option to extend the
contract, the total amount of the contract shall not exceed $2,000,000.
The guaranteed minimum is $25,000 for the base year and $25,000 for the
option year. A-E selection criteria will include (in order of
importance): (1) Recent specialized experience of the firm(including
consultants) in the design of site improvements including roads,
airfield pavements, and flood protection projects for large watersheds,
and geotechnical/environmental testing. Do not list more than a total
of ten (10) projects in block 8. Indicate which consultants from the
proposed team, if any, participated in the preparation for each of the
projects listed. (2) Professional qualifications of the staff and
consultants to be associated with the design of site improvements
including roads, airfield pavements, and flood protection projects for
large watersheds, and geotechnical/environmental testing. List only
the team members who will actually perform major tasks under this
contract. (3) Past performance on contracts with Government agencies
and private industry in terms of cost control, quality of work and
compliance with performance schedules, indicated by briefly describing
internal quality assurance and cost control procedures and indicate
effectiveness by listing budget/estimated construction costs, award
amount, final design estimate and construction change order rate for up
to five recent projects, and list recent awards, commendations and
other performance evaluations (do not submit copies). (4) Location in
the general geographic area of the project and knowledge of the
locality in relation to Naval and Marine Corp. locations, provided that
the application of this criterion leaves an appropriate number of firms
given the nature and size of the projects. (5) Capacity to accomplish
the work in the required time, indicate the firms present workload and
the availability of the project team(including consultants) for the
specified contract performance period, and indicate specialized
equipment available and prior security clearances. (6) Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency for renovation and facility
design. (7) List the small or disadvantaged or woman-owned business
firms used as primary consultants or as subconsultants. If a large
business concern is selected for this contract, they will be required
to submit a subcontracting plan that should reflect a minimum of 5% for
Small Disadvantaged Business & 5% for Woman-owned business of the
amount to be subcontracted out. Those firms which meet the requirements
described in this announcement and wish to be considered, must submit
one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for
each consultant listed in block 6 of the firms SF 255. One copy of the
submittal package is to be received in this office no later than 3:00
PM Pacific Time on the date indicate above. Should the due date fall
on a weekend or holiday, the submittal package will be due the first
workday there after. Submittals received after this date and time will
not be considered. Additional information requested of applying firms:
indicate solicitation number in block 2b, CEC (Contractor Establishment
Code) and/or Duns number (for address listed in block 3) and TIN number
in block 3, telefax number (if any) in block 3a and discuss why the
firm is especially qualified based on the selection criteria in block
10 of the SF 255. 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 SF 255 to provide any additional information
desired. Personal interviews may not be scheduled prior to selection of
the most highly qualified firm. SF 255's shall not exceed 30 printed
pages (double sided is two pages/organizational charts and photographs
excluded, exception: photographs with text will be considered as a
page). All information must be included on the SF 255 (cover letter,
other attachments and pages in excess of the 30 page limit will not be
included in the evaluation process). Firms not providing the requested
information in the format (i.e. listing more than a total of 10
projects in block 8, not providing a brief description of the quality
control plan, not listing which office of multiple office firms
completed projects listed in block 8 in block 10, and not listing the
criteria elements in order of importance in block 10, etc.) directed by
this synopsis may be negatively evaluated under selection criteria (3).
Firms, their subsidiaries or affiliates, 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. 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.
(0175) Loren Data Corp. http://www.ld.com (SYN# 0021 19970626\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|