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