|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1998 PSA#2071SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- ARCHITECT AND ENGINEERING SERVICES FOR MINOR CONSTRUCTION AND
RENOVATION/ALTERATION PROJECTS SOL N68711-98-R-5427 DUE 050898 POC
Janet Buyson, Contracting Officer, (619) 556-8251 Firm-Fixed Price
Indefinite Quantity Contract for furnishing of Architectural,
Engineering and Interior Design services including related design,
surveys, construction support, reports, cost estimates and related
studies for projects involving renovation, repair and minor
construction at various locations at Naval Air Station (NAS) North
Island,, San Clemente Island, Naval Amphibious Base (NAB) Coronado,
Naval Station San Diego, Fleet Industrial Supply Center (FISC) San
Diego, Outlying Landing Field (OLF) Imperial Beach, NCS Silver Strand,
and SOF Projects. This solicitation is 100% Set-Aside for the Small
Business 8(a) Program. The total amount of the proposed contract shall
not exceed $500,000.00 with no single delivery order exceeding
$250,000.00. The Government has the option to extend this contract for
one additional year, or $500,000.00, whichever comes first. The total
amount of the contract shall not exceed $1,000,000.00. The minimum
contract amount will be $25,000.00. A-E Selection criteria will include
(in order of importance): (1) Recent specialized experience of the
firm, and proposed consultants, in renovation, repair and minor
construction at various facilities including waterfront sites; interior
design; fast-track schedules; Hazardous material surveys and
abatements; Seismic study and retrofit design; and Specsintact,
coordinated CADD. DO NOT list more than a total of 10 projects in Block
8. Include points of contact and telephone numbers in Block 8c for each
project listed. Indicate which consultants from the proposed team, if
any, participated in the design of each project listed. (2) Recent
specialized experience of the staff in renovation, repair and minor
construction at various facilities including waterfront sites; Interior
design; Fast track schedules; Hazardous material surveys and
abatements; Seismic study and retrofit design; Specsintact, coordinated
CADD. (3) Past performance on contracts with government agencies and
private industry in terms of cost control, quality of work
andcompliance with performance schedules; Indicate by briefly
describing internal quality assurance and cost control procedures and
indicate team members who are responsible for monitoring these
processes; List recent awards, commendations and other performance
evaluations (do not submit copies). (4) Location in the general
geographic area of the project and knowledge of the locality of the
project, provided that the application of this criterion leaves an
appropriate number of firms given the nature and size of this project.
(5) 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. (6) Demonstrated success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility design. (7) List the small or small disadvantaged or
woman-owned business firms used as primary consultants or as
subconsultants. The Standard Industrial Code is 8711 and the annual
size standard is $2.5 million -- 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
a 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
(South Bay Area Focus Team, Code 541, 2585 Callagan Highway, Building
99, Naval Station, San Diego, CA 92136-5198) no later than 3:00 P.M.
Pacific time on the due date indicated above. should the due date fall
on a weekend or holiday, the submittal package will be due the first
workday there after. Submittals received after this date and time will
not be considered. Additional information requested of applying firms:
indicate solicitation number in Block 2b, DUNS number (for address
listed in Block 3), CAGE Code number 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 255's shall not exceed 30 printed pages (double
sided is two pages/organizational 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 required
information in the format (i.e. listing more than a total of 10
projects in Block 8, not providing a brief description of the quality
control plan, not listing which office of multiple office firms
completed projects listed in Block 8, etc.) directed by this synopsis
may be negatively evaluated under selection criteria (2). 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. See Numbered Note(s): 24. (0097) Loren Data Corp. http://www.ld.com (SYN# 0011 19980410\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|