|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1997 PSA#1955SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- A-E SERVICES FOR FACILITIES PLANNING ENVIRONMENTAL DOCUMENTATION
IN CA, NV, AZ, NM SOL N68711-98-D-5702 DUE 111797 POC Samantha
Darella, Contract Specialist (Code 57CS4.SD) (619) 532-3758
Architect-Engineer (A-E) services are required for the preparation of
Navy and Marine Corps Facilities Planning and Environmental Planning
documentation in California, Nevada, Arizona and New Mexico, for the
Southwest Division, Naval Facili-ties Engineering Command, San Diego,
CA. A firm fixed-price, Indefinite Quantity Contract is required. The
length of the contract will be 365 days from the date of the contract
award or until the $2,000,000 is reached. After the first 365 days, the
government has the option to extend this contract for an additional 365
days or until an additional $2,000,000 is reached. The individual
delivery order limitation may not exceed $200,000.00. If the government
exercises the option to extend the contract, the total amount of the
contract shall not exceed $4,000,000. The minimum guaranteed amount is
$25,000. The estimated start date is 1 January 1998. The estimated
completion date is 31 December 1998 with an option available to the
government to extend the contract for one additional year until 31
December 1999. Architect-Engineer (A-E) services are required for the
prepara-tion of Facilities Planning and Environmental Planning
documentation and services including Master Plans, Activity Planning
and Management Models (APMMs), Military Construction (MILCON) Project
Documentation, Special Project Documentation, Construction Cost
Estimates, Economic Analyses (EAs), Basic Facilities Requirements
(BFRs), Base Exterior Architecture Plans (BEAPs), Air Installation
Compatible Use Zones (AICUZ), Range Air Installation Compatible Use
Zones (RAICUZ), National Environmental Policy Act (NEPA) documents,
Coastal Consistency Determinations (CCDs), Family Housing and Bachelor
Quarters Comprehensive Neighborhood Plans (CNPs), Life Cycle
Management Plans, Facilities Planning Documents (FPDs), Engineering
Evaluations (EEs), Capital Improve-ment Plans (CIPs), Concept Studies,
Traffic Studies, Siting-Land Use Studies/ Analysis, Special Planning
Studies, Preliminary Hazard Analyses (PHA) and Preliminary Hazard Lists
(PHL). A-E selection criteria will include (in order of importance):
(1) Recent specialized experi-ence of the firm (including consultants)
in the preparation of Marine Corps and Navy base planning documents
including: Master Plans, Activity Planning and Management Models
(APMMs), MILCON Project Documen-ta-tion, Special Project Documentation,
Construction Cost Estimates, Economic Analy-ses, BFRs, BEAPs, AICUZs,
NEPA Documentation and CNPs. (2) Professional qualifications of the
staff to be assigned to the project(s) will include professional and
technical support with experience and knowledge in the preparation of
Marine Corps and Navy base planning documents including: Master Plans,
Activity Planning and Management Models (APMMs), MILCON Project
Documen-ta-tion, Special Project Documentation, Construction Cost
Estimates, Economic Analy-ses, BFRs, BEAPs, AICUZs, NEPA Documentation
and CNPs. List only the team members who actually will perform major
tasks under this project and their qualifi-cations which should reflect
the individual's poten-tial contribu-tions to this project. (3) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedules. Indicate by briefly describing internal quality
assurance/quality control procedures and cost control procedures.
Indicate effectiveness by listing change order rate for up to five
recent projects. List recent awards, commendations and other
performance evalua-tions (do not submit copies). (4) Location in the
general geo-graphic area of the project and knowledge of the locality
in relation to Naval and Marine Corp.locations of the project, provided
that the application of this criterion leaves an appropriate number of
firms given the nature and size of this project. (5) Capacity to
accomplish the work in the required time. Indicate the firm's 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) 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 5% Small
Disadvantaged Business and 5% to women owned business of the amount to
be subcontracted out. Those firms which meet the re-quirements
described in this announcement and wish to be consid-ered, must submit
one copy each of a SF 254 and SF 255 for the firm and a SF 254 for
each consultant listed in block 6 of the firm's SF 255. One copy of the
submittal package is to be received in this office no later than 3:00
P.M. Pacific Time on the due date indicated above or the 30th calendar
day after the date of appearance of this announcement in the Commerce
Business Daily (CBD), whichever is later. Should the due date fall on
a weekend or holiday, the submittal package will be due the first
workday there after. Submittal received after this date will not be
considered. Additional information requested of the applying firms:
indicate solicitation number in block 2b, CEC (Contractor Establishment
Code) and/or Duns number (for the address listed in block 3) and the
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. All infor-mation must be
included on the SF 255 (cover letter and other attachments will not be
included in the evaluation process). Firms not providing the requested
information in the format (i.e. listing more than 10 projects in block
8, not providing a brief descrip-tion of the quality control plan, not
listing which office of multiple office firms completed projects
listed in block 8, etc.) directed by this synopsis may be negatively
evaluated under selection criteria (3). Firms which design or prepare
specifica-tions 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 submit-tal
period. See Note 24. (0289) Loren Data Corp. http://www.ld.com (SYN# 0029 19971021\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|