Loren Data Corp.

'

 
 

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

Officer 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