Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1997 PSA#1955

SOUTHWESTNAVFACENGCOM, 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