Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006

C -- INDEFINITE QUANTITY CONTRACT FOR FAMILY HOUSING REVITALIZATION PROGRAM SUPPORT (INCLUDES DESIGN/BUILD, PLANS/SPECS, ENGINEER STUDIES & CNPS) FOR VARIOUS LOCATIONS IN CALIFORNIA AND NEVADA SOL N62474-98-D-2008 POC Charlotte Dominguez, Contract Specialist, (415)244-2977, M. Walker, Contracting Officer. Indefinite Quantity Contract for FAMILY HOUSING REVITALIZATION PROGRAM SUPPORT INCLUDING PREPARATIONOF STATEMENT OF WORK FOR DESIGN/BUILD CONTRACTS, PLANS, SPECIFICATIONS, ENGINEERING STUDIES AND COMPREHENSIVE NEIGHBORHOOD PLANS FOR VARIOUS LOCATIONS IN CALIFORNIA AND NEVADA. This contract is for one year with a maximum total dollar amount of $1,200,000 per year, with options available to theGovernment to extend the contract for three additional years with the same limitations. A minimum fee of $50,000 is guaranteed for the initial contract award, and for each option year awarded. -- If the selected firm prepares the statement of Government's requirements for design/build procurements, the firm is prohibited as a competitor during the construction procurement phase. Types of services required include Architectural, Lanscape Architectural, Planning, Geotechnical, Civil, Structural, Mechanical, Electrical, and Environmental Engineering, Cost Estimating, Economic Analysis, Surveying, and Topographic Mapping. Individual project requirements will include some or all aspects of site mapping and surveying; site planning; site and utilities assessment, engineering and revitalization; landscape assessment and revitalization; and housing unit assessment and revitalization; including preparation of statement of work, planning studies, preparation of plans and specifications, and hazardous materials (such as asbestos an lead based paint) surveys, sampling, testing, and abatement. -- Selection will be based on the following criteria which are numbered in order of importance: (1) Recent specialize experience of the firm, and its consultants, in Design/Build projects; planning and designof single and multi- family residential development renovations, including site planning, architectural and engineering programming; architectural, landscape, site, and utility revitalization of existing housing sites; experience in asbestos and hazardous material abatement; and cost estimating. (2) Professional qualifications of the in-house staff and consultants, particularly with regard to their experience as defined in Criteria (1). (3) The firm's history of past performance/customer satisfaction on similar projects, as evidenced by specific references, awards, and repeat business, from a representative selection of the firm's Government and Civilian clients. The firm's quality and cost control procedures, and quality and cost control successes, should be documented. (4) The ability of the firm and its consultants to accomplish multiple simultaneous projects, up to the yearly limits described above, without sacrificing quality and within reasonable periods of time acceptable to the Government, as evidenced by specific examples of past performance on similar projects. (5) The location of the firm(s) within the geographical area to be serviced, and the firm's knowledge of and experience within that area. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. -- The estimated start date for the contract is January 1, 1998. The estimated completion date is January 31, 2002. -- Those firms which meet the requirements described in this announcement, and wish to be considered, must submit a Standard Form (SF) 255. A Large Business will be required to submit a subcontracting plan if selected. -- In order to expedite your firm's consideration regarding the above criteria, the following application data from the SF255, Blocks 7, 8, and 10 shall be presented as follows: (Block 7) Provide a matrix for the design team including alternates. Individual rows should be labeled with the team members' names and their proposed team assignments. Columns should be labeled as follows: Firm name and office location; percent of time to be spent on this team; professional registration in California; number of years of professional experience; number of years with current firm; for Project Managers and Team Leaders, identify the number of teams (design, subcontractor, and joint venture partners) they have managed over the past three years; highest education level and area of specialization (example: BS, mechanical engineering). (Block 8) In matrix form, identify which team members worked on the projects listed under Firm Experience and in what capacity. Individual rows should be labeled with projects' titles. Columns should be labeled with the team members' names. (Block 10) Include a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (designate your role: prime, subcontractor or joint venture partner). These ratings should e dated 1992 or later and should include those for joint venture partners and subcontractors. Provide a list of projects to be used for evaluation of Criteria (1) that started construction since 1992 and include at least the following data: Client's need date, design completion date, construction completion date, percent differentials between contract award amount and estimated construction cost (note whether bid,negotiated). For the proposed Project Manager, illustrate with specific examples of experience since 1992 in managing similar contract types or management of multiple delivery requirements at the same time. Provide a chart (in number of hours) comparing the proposed team's available capacity with their actual commitments for the next 12 months. Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors, in the contract geographical area. -- At the selection interview, A/E firms slated for interviews must submit their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, an orgainzational chart showing inter- relationship of the management and design team components, specific quality control process, a portfolio of design work, a listing of present business commitments and their required completion schedules, plus performance references other than the Engineering Field Activity -- West personnel (or its former name -- Engineering Field Command, Western Division), include 3 or more with names and telephone numbers of the contract administrators. -- For consideration provide one submittal package, including original SF255 and one original SF254 for each firm proposed. The SF255 with attachments shall be limited to no more than 30 pages and prepared in 10 point font minimum. Every page that is not an SF254 will be included in the page count. Pages in excess of 30 pages will not be reviewed. Specifically address all criteria elements in Block 10. One copy of the SF255 must be received in this office, Building 205, second floor, Attn: Ms. Joyce M. DeVille, no later than 3:00 PM, PDT time, 30 calendar days after the date this announcement appears in the Commerce Business Daily. Indicate the Contract Number (N62474-98-D-2008) in Block 2B of the SF255. Submit a SF254 only if you have not done so within the past year. This is not a Request for Proposal (RFP). (0304)

Loren Data Corp. http://www.ld.com (SYN# 0016 19971104\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page