Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1998 PSA#2044

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

C -- ARCHITECTURAL-ENGINEERING SERVICES FOR REPAIR TO BACHELOR ENLISTED QUARTERS (BEQ) 10 AND 11 COMPLEX AT THE NAVAL AIR STATION, FALLON, NEVADA SOL N62474-98-C-2049 DUE 040698 POC Lois Fletcher, Contract Specialist, (650) 244-2682, Teresa Marshall, Contracting Officer, (650) 244-2673. Architectural and engineering services are required for project development, preparation of plans, specifications and cost estimate for repair and renovation of an existing 410 unit Bachelor Enlisted Quarters (BEQ) complex and related work. Studies, collateral equipment list, permit application preparation, interior design, construction support services, (shop drawing review, as-built preparatiion), field consultation during construction, and preparation of Operation and Maintenance Support Information (OMSI) Manuals may be required. Contract award is contingent upon the availability of funds. The BEQ repair and renovations is required to bring E1 -- E9 spaces to current Navy standards, provide private bath/showers and kitchenettes for E-7 -- E-9 spaces, enlarging laundry rooms, linen and housekeeping spaces, repair/upgrade of electrical systems to current code and criteria, installation of heating and cooling systems, and conversion of the door locking system to a keyless system. Metric scale isrequired on construction drawings. The anticipated construction cost for this project is over $10,000,000. Firm Fixed Price Contract. The project scope and cost are subject to adjustment. Selection will be based upon the following criteria, which are numbered in order of importance: (1) (1) EXPERIENCE: Specialized experience (both government and private) and technical competence of the firm and/or the proposed consultants in the planning and design of similar projects to Navy design criteria, within cost controls. Comparable experience of the firm and consultants within the last five years will be given the greatest weight. (2) QUALIFICATIONS: Professional qualifications of the staff (in-house and/or consultants), specifically on related projects adressed in criteria element (1) above. Particular focus will be on the qualifications of the project manager and design professionals with expertise in the development of BEQ's or similar facilities. (3) PAST PERFORMANCE: Past performance, with emphasis on similar efforts cited in criteria elements (1) and (2), with government agencies and/or private industry. History of working relationships with consultants. (4) CAPACITY: Ability of the firm to accomplish the contemplated work within a minimum reasonable time limit, as demonstrated by the impact of this work load on the firm's permanent staff, project work load during the anticipated design period, the firm's history of successfully completing projects in compliance with performance schedules. Specific experience and related time frames for accomplishment of similar efforts. (5) LOCATION: a) Knowledge of probable site conditions, materials and supplies availability and applicable regulatory requirements; and b) ability of the firm to ensure timely response to requests for on-site support. (6) RECOVERED MATERIALS: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) SUBCONTRACTING: Provide the following data: identification of any team consultants which are Small Business (SB), Small Disadvantaged Business (SDB), or Women-Owned Small Business (WSB), and a description of the work to be accomplished under the contract by these firms; identification of the PERCENTAGE goal of planned work that will be subcontraccted to SB, SDB, or WSB under the contract; identification of the TYPE OF WORK planned to be subcontracted to SB/SDB/WSB; and if a large busisness, a brief description of your SB/SDB/WSB subcontracting outreach plan. If a large business firm is selected for award of the contract, the same data must be included in its SB/SDB/WSB subcontracting plan submitted in accordance with FAR 19.7 and DFARS 219.7, which will become an enforceable part of the contract. (8) Volume of work previously awarded by the Department of Defense (DOD) for the past 12 months to the firm with the objective of effecting equitable distribution of contracts among qualified Architect-Engineer firms, including minority-owned firms and firms that have not had prior DOD contracts. DO NOT PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS THE DATA. Those firms which meet the requirements described in this announcement and wish to be considered, must submit a SF 255. Submit a SF 254 only if you have not done so in the past year. In order to expedite your firm's consideration regarding the above criteria by the Board, the following application data from the SF 255, Blocks 7, 8, and 10 should be presented as follows: (Block 7) Provide a matrix for the design team. 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 and discipline; number of years of professional experience; number of years with current firm; highest education level and area of specialization (example: BS, mechanical engineering). (Block 8) In matrix form, identify which team members worked on the described projects. Individual rows should be labeled with the projects' titles and project type. Columns should be labeled with the team members' names. (Block 10) Include a tabular listing of all performance ratings and letters of commendation from both private and DOD clients since 1990. Provide a list of projects with construction value over $500,000, that started construction since 1990 and include the following data for columns: client's contact and current telephone number, client's need date, design completion date, percent differentials between construction award amount and estimated construction cost (note whether bid or negotiated). Provide a chart (in number of hours) comparing design team's available capacity with their actual commitments for the next 12 months. Firms selected for interviews must submit thedir Design Quality Assurance Plan (DQAP) at the interview, including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team compoentns, and specific quality control process. The SF 255 with attachments shall be limited to 25 printed pages, 8.5" x 11" with printing not smaller than 10 point font. EVERY PAGE OF THE SUBMITTAL (INCLUDING COVER LETTERS AND TABLE OF CONTENTS) THAT IS NOT A SF 254 WILL BE INCLUDED IN THE PAGE COUNT. Any page beyond the 25 printed page limit will not be considered by the Selection Board. The submittal must be received at Building 207, 2nd Floor, Attention: Lois Fletcher not later than 3:00 P.M., Local Time, 06 April 1998. Submittals received after this date and time will not be considered. Include telefax numbers in Block 3a and DUNS number, Commercial Establishment and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. Label lower right corner of outside mailing envelope with "A-E Services, N62474-98-C-2049". This is NOT a Request for Proposal (RFP). (0061)

Loren Data Corp. http://www.ld.com (SYN# 0025 19980304\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page