|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1997 PSA#1955Officer in Charge of Construction, P. O. Box 209 Oceanside, CA 92049-
0209 C -- IQ A/E SERVICES FOR VARIOUS STRUCTURAL PROJECTS AT MCB, CAMP
PENDLETON, CA; NAVAL ORDNANCE CENTER, FALLBROOK, CA; AND MOUNTAIN
WARFARE TRAINING CENTER, BRIDGEPORT, CA SOL N68711-97-R-6502 DUE 112597
POC Jane Hamilton, (760) 725-8500/Contracting Officer, Catherine Jones,
(760) 725-8240 E-MAIL: Officer in Charge of Construction, Camp
Pendleton, California, jlhamilton@efdswest.navfac.navy.mil. 17.
Firm-Fixed Price/Indefinite Quantity Architectural-Engineering Services
are required for feasibility and concept studies, preparation of
architectural and engineering documents and reports for accomplishment
of designs, plans, specifications and cost estimates for projects
involving all aspects of various structural engineering services,
including repairs of existing facilities and/or construction of new
facilities, with associated land surveying, civil, architectural,
mechanical, electrical, environmental, landscaping, subsurface soil
investigation and incidental related work. The general intent of a
typical project includes but is not limited to: analysis and/or design
of structural systems including but not limited to building
superstructures, bridges, retaining walls, drainage structures,
transmission towers, vehicle maintenance structures, equipment support
and storage structures, ammunition bunkers, training facilities
(rappel towers, diving towers, and etc.); seismic strengthening and
upgrading of existing structures to current building codes
requirements; performance of load tests to determine loading
capabilities of structural systems and/or members; repair of bridges
and river crossings, including foundations, upper decks, abutments and
piers, temporary river crossing structures; and performance of
associated surveying (including the use of Global Positioning System
(GPS)), civil, architectural, landscape, mechanical, electrical,
subsurface soil investigation and environmental work (including
testing). This contract requires the use of SPECSINTACT software for
preparation of the contract specifications and CADD Standards and
Procedures. Additionally, an Electronic Bid Set (EBS) on Compact Disk
(CD-ROM) will be required at the 100% and Final submittals. The
Government will furnish an example EBS CD-ROM from a previous project
to emulate. Contract drawings will either be scanned or plotted to the
CALS file format. The project CALS files will then be indexed using
Dataware Electronics public domain SVReader software. Contract
Specifications will be printed to the PDF file format utilizing Adobe
Acrobat Exchange version 3.0. Individual PDF files will be produced for
each Specification Division and will then be "bookmarked" to the first
page of each section. An "Entire Specification" PDF file will then be
assembled and the table of contents "linked" to each division's and
section's first page. This contract also requires the ability to
coordinate various associated engineering disciplines and the different
aspects of construction phasing as well as the ability to provide cost
estimates in two categories (repairs and new construction) with
appropriate notes identifying each construction task by section for the
purpose of obtaining a bid for each category (repairs and new
construction). Projects may also require the testing, identification
and removal of asbestos, contaminated paint and PCB oil including
reports and cost estimates for the removal and disposal of these
contaminated materials. The term ofthe contract will be 365 days from
the date of contract award or until the $250,000.00 limit is reached.
The Delivery Order limitation is $120,000.00. The proposed contract
includes a Government option for the same term and conditions of the
original contract for an additional 365 days. If the Government
exercises the option to extend, the total amount of the contract shall
not exceed $500,000.00. The guaranteed minimum contract amount is
$12,500.00. The estimated start date is April 1998. A/E selection
criteria are listed in descending order of importance as follows: (1)
Recent specialized experience and technical competence of the firm
(including consultants) in the design of building superstructures,
substructures, bridges, transmission towers, vehicle maintenance
structures, equipment support structures, storage structures,
ammunition bunkers, training facilities (rappel towers, diving towers,
and etc.), seismic strengthening and upgrading of existing structures
to current building code requirements and load tests to determine
loading capabilities of structural systems and/or members. (2)
Professional qualifications of the staff necessary for satisfactory
performance of required services as stated in criterion 1. The Project
Manager and the Project Engineer shall be in-house licensed Structural
Engineers. (Indicate which consultants from the proposed team, if any,
participated in the services for plans and specification preparation
of each design project listed in Block 8. List only the team member who
actually would perform major tasks under this project and only
qualifications related to the individual's potential contributions to
the project.) (3) Capacity of the firm to accomplish the contemplated
work within the required amount of time. (Indicate the firm's present
workload and the availability of the project team including consultants
for the proposed contract performance period.) (4) Past performance on
contracts with Government agencies and private industry in terms of
cost control, quality of work and compliance with performance
schedules. Briefly describe internal quality assurance/quality control
procedures and cost control procedures and indicate effectiveness by
listing preliminary estimates, final A/E estimate, construction award
amount and percentage differential and construction change order rate
for up to five projects within the last five years. (NOTE: Specific
examples must be cited in Block 10 of the SF 255. List Recent awards,
commendations, and other performance evaluations. Do not submit
copies.) (5) Location of the firm in the general area of the project
and knowledge of the locality of the project, provided that this
criteria leaves an appropriate number of qualified firms, given the
size and nature of the contract. (6) Demonstrated success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. For purposes of the
Slate and Selection process there are no exclusions for recovered
materials. (7) Volume of work awarded to the firm by the Department of
Defense within the last twelve months, with the object of effecting
equitable distribution of contracts among qualified A/E firms,
including minority owned firms and firms that have not had prior DOD
contracts. (8) Small Business, Small Disadvantaged Business, or
Woman-owned Business status of the primary consultant, or use of Small
Business, Small Disadvantaged Business, or Women-owned Business as
subconsultants by the primary consultant. Evaluation criteria (1)
through (4) are the primary evaluation factors in the determination of
the most highly qualified firm. Criteria (5) through (8) are secondary
factors that will become a consideration in the event that all firms
are considered equal on factors (1) through (4). Those firms which meet
the requirements described in this announcement and wish to be
considered must submit a SF 254 (including consultants) and SF 255
which should include an organizational chart of key personnel to be
assigned to the projects. One copy of the SF 254/255 is to be received
in this office no later than 4:00 P.M., Pacific Time, November 25,
1997. SF 254/255's received after this date and time will not be
considered. All SF 254/255s delivered by means other than the postal
service should be addressed to OICC, A/E Branch, Building 22101, Marine
Corps Base, Camp Pendleton, CA 92055 and received by the above date. No
other notification of these projects will be made to firms. Other
additional information requested of applying firms: On the SF 255,
indicate solicitation number in Block 2d, Duns number (for the address
listed in Block 3) and TIN number in Block 3, facsimile number (if
any) in Block 3a, and in Block 10 discuss why the firm is especially
qualified based on the selection criteria. Personal interviews may not
be scheduled prior to selection of the most highly qualified firms. SF
255's shall not exceed 30 printed pages. (Double sided pages are
counted as two pages. Organization charts and photographs are excluded
with the exception of photographs with text which will be considered
as a page.) All information must be included on the SF 255 (cover
letter, other attachments and pages in excess of 30 page limit will not
be included in the evaluation process.) Firms, who are large
businesses, must submit a small business and small disadvantaged
business subcontracting plan at the time of submission of their
SF254s/255. Firms 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. 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 SF255 to provide any additional
information desired. Telegraphic and facsimile SF 254/255's will not
be accepted.***** (0290) Loren Data Corp. http://www.ld.com (SYN# 0031 19971021\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|