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