Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1997 PSA#1899

Department of Transportation, Federal Aviation Admin. (FAA), Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los Angeles, CA. 90009-2007

Y -- CONSTRUCTION OF THE NORTHERN CALIFORNIA TERMINAL RADAR APPROACH CONTROL (TRACON) FACILITY IN SACRAMENTO, CA SOL DTFA08-97-B-03691 POC Edward R. Gibson (310) 725-7566 The Federal Aviation Administration has a requirement for the construction of a new Terminal Radar Approach Control (TRACON) facility. The Standard Industrial Classification (SIC) code is 1542. The estimated price range for this acquisition is between $18,000,000 to $21,000,000. The Screening Information Request (SIR) is the evaluation criteria to be used by FAA to evaluate offeror submittals. Screening decisions will be based on the evaluation criteria established in the SIR. The purpose of the SIR is to obtain information which will allow the FAA to identify the offeror which provides the best value, make a selection decision and award the contract to conclude the competitive process. The contractor shall furnish all necessary labor, material, equipment, transportation and services required to construct a 95,000 square foot, single story TRACON facility in Sacramento, California. The site is located on the eastside of the former Mather Air Force Base at 11375 Douglas Road. Other work includes the attachment of site utilities, building of an off-site sewer force main and pump station and construction of an on-site communication facility (known as the Antenna Farm). The FAA considers this project to be complex in nature. Firms must demonstrate their qualifications and those of their intended key mechanical, plumbing and electrical subcontractors with respect to the published evaluation factors. The evaluation factors are listed in descending order of importance. Specific evaluation factors include: (A) SPECIALIZED EXPERIENCE OF FIRM: Firm shall submit a detailed review of a least two projects accomplished recently which demonstrates successful completion of comparatively large, phased construction projects. A detailed review for the firm's intended key mechanical, plumbing and electrical subcontractors shall also be submitted. Specialized experience with conventional steel and concrete masonry unit construction, large modified bituminous sheet roofing systems, large critical electrical systems and mechanical HVAC System, and complex integrations of environmental control and monitoring systems is required to be demonstrated by the firm and its key subcontrctors. These reviews must illustrate the scope of the effort, its complexity, how schedules were implemented and how objectives were met (include timetables). Projects completed by the firm and/or key subcontractors for the Federal Government of FAA in particular should be included, if any. (B) PAST PERFORMANCE: Firm and its intended key subcontractors (mechanical, plumbing and electrical) shall provide information on their past performance on construction contracts for the Department of Transportation, the Federal Aviation Administration, other Government agencies, and/or private industry that are on-going or completed within the last five (5) years. Describe contract performance in terms of cost control; quality of work; accuracy of construction cost estimates; the number, dollar amount and reasons for construction change orders; testing, training, and operations/maintenance documentation for job close-out; and warranty work experience. Project schedules shall be provided to show timely completion of phased construction projects, with timely preparation for intermediate owner beneficial occupancy before total construction is completed. Special emphasis should be placed on the past performance with FAA, if any. Past performance will be used to evaluate the responsibility of the contractor and as an evaluation factor. New contractors with non-relevant contract experience will be considered. The Government considers Mechanical, Plumbing and Electrical as major subcontracts for its project performing critical aspects of the contract. Their evaluation will be equal to that of the prime. Each offeror shall provide a recent copy of a past performance report prepared by Dun & Bradstreet. References shall be provide for contracts that are similar in size, scope and complexity. All reference information must be complete and accurate. A minimum of two (2) references shall be provided for each contract referenced. The government may use past performance information obtained form other than the sources identified by the offeror and the inforamtion obtained my be used for both responsibility determination and the best value decision. (C) CAPABILITY AND CAPACITY OF FIRM TO ACCOMPLISH THE WORK: Firm and its intended key subcontractors (mechanical, plumbing and electrical) shall submit a complete resume of the experience of each line and staff executive, supervisor and technical staff member presently employed by the company who will be devoting all or a majority of their time to this project. Resumes should include name, educational background, present position to title, type of experience by years and any other information in sufficient detail to facilitate evaluation of their managerial, administrative, and technical competence. For executive/supervisory personnel, a minimum of three years of direct executive or supervisory control of an organization is needed. Special emphasis should be place on experience with phased construction projects which had intermediate owner beneficial occupancy dates to allow for installation of power equipment, communications equipment and electrified systems furniture by other outside contractors or owner prior to project completion. Experience with Government construction projects, large complex operational facilities and communication facilities should also be emphasized. Firms and its intended key subcontractors shall provide relevant recent experience and the technical knowledge of their project personnel and outside consultants, current workloads, total number of on-going projects, their construction value or fee and their percentage of completion. Firms shall also provide documentation that illustrates firms ability to manage subcontracts. (D) FINANCIAL CAPACITY: Firms and its intended key subcontractors shall provide net worth, banking references and credit references. Persons authorized by the firm to sign offers and contract documents. (E) ORGANIZATIONAL STRUCTURE: Information necessary to determine the organizational structure of the firm. NOTE: Oral presentation will be required from those sources selected to receive proposal offers from the Government. Oral presentations will be rated as satisfactory or unsatisfactory and will be considered in the overall "Best Value Decisino". A REQUEST FOR OFFER (RFO) WILL BE ISSUED ONLY TO THOSE OFFERORS THAT HAVE BEEN PRE-QUALIFIED FOR THIS PROCUREMENT. Offeror should forward their submittal document package to the address listed above, ATTN: Edward R. Gibson, Contracting Officer. All submittal documents must be received at the designated office no later than August 22, 1997 (0209)

Loren Data Corp. http://www.ld.com (SYN# 0149 19970731\Y-0005.SOL)


Y - Construction of Structures and Facilities Index Page