Loren Data Corp.

'

 
 

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

SWNAVFACENGCOM, South Bay Area Focus Team, 2585 Callagan Hwy, Bldg 99 NAVSTA, San Diego, California 92136

C -- A-E SERVICES AND PLANS AND SPECIFICATIONS FOR FY2000 MCON PROJECT P-700A, BERTHING WHARF -- PHASE II, NAVAL AIR STATION, NORTH ISLAND, SAN DIEGO, CALIFORNIA SOL N68711-98-C-5404 POC Stephanie Perez, Contract Specialist, 619-545-4898/Janet Buyson, Contracting Officer, 619-556-8251. Architect-Engineer services are required for the design and preparation of plans and specifications for the purpose of bidding and construction of a new wharf, approximately 1,300 feet long and 90 feet wide for berthing nuclear powered aircraft carriers at the Naval Air Station, North Island, San Diego, California. The primary facility will consist of a fill area bounded by a rock revetment and a pile supported marginal wharf. The project will include all mechanical and electrical utilities to provide cold iron berthing of nuclear powered aircraft carriers. Mechanical utilities will include steam and condensate, low pressure compressed air, fresh water, salt water, pure water, sanitary sewer, oily waste, jet fuel, and diesel fuel systems. Electrical utilities will include high and low voltage power distribution, fire alarm, security systems, lighting, telecommunications, and fiber optics. The project will also include dredging and disposal of dredge materials, environmental coordination for bayfill andeelgrass mitigation issues, habitat restoration, demolition of pier J/K, relocation of ferry landing, extension of portal crane rails, a warehouse, a fleet recreation center, equipment laydown buildings, and improvement of surrounding base infrastructure. The project will be prepared in both CAD and Electronic Bid Solicitation (EBS) format. The estimated start date is February 1998. The estimated desgin completion date is April 1999. The estimated construction cost range is $25 million to $100 million. Partnering will be conducted prior to and during construction. Options for final design and construction services will be negotiated as part of this contract. A-E Selection Criteria will include (in order of importance): (1) Recent specialized experience of the proposed staff in the design of berthing pier/wharf structures located in seismic Zone 4 for deep draft ships including full (cold iron) utility services; dredging and disposal of dredge materials both near shore and upland; and revetments, fill and fill densification; (2) Recent specialized experience of the firm and proposed consultants in the design of berthing pier/wharf structures located in seismic Zone 4 for deep draft ships including full (cold iron) utility services; dredging and disposal of dredge materials both near shore and upland; and revetments, fill and fill densification; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Furnish past performance history including, but not limited to, change order rates, A-E estimates versus bid amounts, planned versus actual performance schedules. List recent awards, commendations, and other performance evaluations (do not submit copies). Indicate by briefly describing internal quality assurance and construction cost control procedures and indicate team members who are responsible for monitoring these processes; (4) 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. Indicate the firm's ability to perform multiple, concurrent design/study tasks within tight schedules; (5) Location in the general geographic area of the project and knowledge of the locality of the projects; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) List of small or disadvantaged or woman owned business firms used as primary consultants or as subconsultants. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and one each 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 PM Pacific Time on the due date indicated above or the 30th calendar day after the 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. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or DUNS number (for the address in block 3) and 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. SF 255s shall not exceed 30 printed pages (double sided is two pages/organiational charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format directed by this synopsis may be negatively evaluated under selection criteria (3). 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. This is not a request for proposal. Telegraphic and facsimile SF 255s will not be accepted. Site visits will not be arranged during the submittal period. (0304)

Loren Data Corp. http://www.ld.com (SYN# 0019 19971104\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page