|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- MECHANICAL, CIVIL & ELECTRICAL SERVICES FOR VARIOUS FUEL FARM
PROJECTS SOL n68711-98-d-5023 DUE 060198 POC Cindy Kolodji, Contract
Specialist, (619) 532-1157/Anne Garrett, Contracting Officer, (619)
532-2461 oDESCRIPTION OF WORK: The Southwest Division, Naval Facilities
Engineering Command, San Diego, CA is currently seeking services of
Architect/Engineers firm to perform engineering studies and designs for
various repair, maintenance, and construction projects in fuel storage
facilities in California, Arizona, Nevada, New Mexico, Utah,
Washington, Oregon, Idaho, Montana and Alaska. Services are for
mechanical, civil and electrical designs and studies for fuel storage,
handling, and distribution systems such as tanks, pipes, and valves,
and for associated electrical power, lighting, cathodic protection,
communications, and control systems and site grading. Included are the
necessary provisions for compliance with environmental regulations on
petroleum product storage, containment, and distribution. The Scope of
Work may also include preparation of Requests for Proposals (RFPs) for
competitive bidding of Design-Build Construction Contracts,
mechanical, civil and electrical engineering feasibility studies,
design support of in-house design work being accomplished by the
Government, repair and renovation of mechanical, civil, and electrical
systems, field inspection and written evaluations of existing
facilities, testing of existing facilities, control and communications
systems, preparation of permit listings and permit applications, and
Construction Contract Support Services. The term of the Contract will
be 365 calendar days from the date of contract award or until the
$2,000,000 fee limit is reached. The estimated start date is November
1998. The Government will have the option at the end of the initial 365
calendar days of the Contract to extend the Contract for an additional
365 calendar days or until an additional $2,000,000 in fees have been
awarded. The A -- E Selection Criteria will include the following (in
order of importance): (1) Recent Specialized Experience of the Firm
(including consultants) in the design for repair and construction of
large scale petroleum fuel storage facilities with multiple tanks of
greater than 50,000 barrel capacity, and fuel handling and distribution
systems such as tanks, pipes, pumps, and valves, and in the associated
designs for electrical power, cathodic protection, communications, and
control systems, experience in the application of Federal, State,
County and City environmental regulations to petroleum products
storage, secondary containment and leakage monitoring, and distribution
systems, conducting site engineering investigations and preparation of
Design-Build Requests for Proposals. Do not list more than a total of
ten (10) representative projects in Block 8 of SF 255. List the Point
of Contact name and telephone number for each project listed in Block
8. Indicate the consultants from the proposed team, if any, that
participated in each project. (2) Professional Qualifications of the
staff to be assigned to this project in the design for repair and
construction of large scale petroleum fuel storage facilities with
multiple tanks of greater than 50,000 barrel capacity, and fuel
handling and distribution systems such as tanks, pipes, pumps, and
valves, and in the associated designs for electrical power, cathodic
protection, communications, and control systems, experience in the
application of Federal, State, County, and City environmental
regulations to petroleum products storage, secondary containment and
leakage monitoring, and distribution systems, conducting site
engineering investigations and preparation of Design-Build Requests for
Proposals. List only the team members who will actually perform major
tasks under this contract. Qualifications described should reflect each
individual's potential contributions to the projects. (3) Past
Performance on large scale petroleum storage facility contracts with
Government agencies and private industry in terms of cost control,
quality of work and compliance 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 projects and knowledge of the localities
of the projects, 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 firms 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 Disadvantaged or Woman Owned
business firms used as primary consultants or as subconsultants. If a
large business concern is selected for this contract, they will be
required to submit a subcontracting plan that should reflect a minimum
of 5% Small Disadvantaged Business of the amount to be subcontracted
out. Those firms which meet the requirements described in this
announcement and wish to be considered, must submit one copy each of an
SF 254 and an SF 255 for the firm and an 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 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 thereafter. Submittals received after this date and time will
not be considered. Additional information requested of applying firms:
indicate solicitation number in Block 2b, CEC (Contractor
Establishment Code) and/or DUNS 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 will 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 requested 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 (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 255's will not be accepted. Site visits
will not be arranged during the Submittal period. oDESCRIPTION OF WORK:
The Southwest Divisin, Naval Facilities Engineering Command, San Diego,
CA is currently seeking services of Architect/Engineers firm to perform
engineering studies and designs for various repair, maintenance, and
construction projects in fuel storage facilities in California,
Arizona, Nevada, New Mexico, Utah, Washington, Oregon, Idaho, Montana
and Alaska. Services are for mechanical, civil and electrical designs
and studies for fuel storage, handling, and distribution systems such
as tanks, pipes, and valves, and for associated electrical power,
lighting, cathodic protection, communications, and control systems and
site grading. Included are the necessary provisions for compliance
with environmental regulations on petroleum product storage,
containment, and distribution. The Scope of Work may also include
preparation of Requests for Proposals (RFPs) for competitive bidding of
Design-Build Construction Contracts, mechanical, civil and electrical
engineering feasibility studies, design support of in-house design work
being accomplished by the Government, repair and renovation of
mechanical, civil, and electrical systems, field inspection and written
evaluations of existing facilities, testing of existing facilities,
control and communications systems, preparation of permit listings and
permit applications, and Construction Contract Support Services. The
term of the Contract will be 365 calendar days from the date of
contract award or until the $2,000,000 fee limit is reached. The
estimated start date is November 1998. The Government will have the
option at the end of the initial 365 calendar days of the Contract to
extend the Contract for an additional 365 calendar days or until an
additional $2,000,000 in fees have been awarded. The A -- E Selection
Criteria will include the following (in order of importance): (1)
Recent Specialized Experience of the Firm (including consultants) in
the design for repair and construction of large scale petroleum fuel
storage facilities with multiple tanks of greater than 50,000 barrel
capacity, and fuel handling and distribution systems such as tanks,
pipes, pumps, and valves, and in the associated designs for electrical
power, cathodic protection, communications, and control systems,
experience in the application of Federal, State, County and City
environmental regulations to petroleum products storage, secondary
containment and leakage monitoring, and distribution systems,
conducting site engineering investigations and preparation of
Design-Build Requests for Proposals. Do not list more than a total of
ten (10) representative projects in Block 8 of SF 255. List the Point
of Contact name and telephone number for each project listed in Block
8. Indicate the consultants from the proposed team, if any, that
participated in each project. (2) Professional Qualifications of the
staff to be assigned to this project in the design for repair and
construction of large scale petroleum fuel storage facilities with
multiple tanks of greater than 50,000 barrel capacity, and fuel
handling and distribution systems such as tanks, pipes, pumps, and
valves, and in the associated designs for electrical power, cathodic
protection, communications, and control systems, experience in the
application of Federal, State, County, and City environmental
regulations to petroleum products storage, secondary containment and
leakage monitoring, and distribution systems, conducting site
engineering investigations and preparation of Design-Build Requests for
Proposals. List only the team members who will actually perform major
tasks under this contract. Qualifications described should reflect each
individual's potential contributions to the projects. (3) Past
Performance on large scale petroleum storage facility contracts with
Government agencies and private industry in terms of cost control,
quality of work and compliance 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 projects and knowledge of the localities
of the projects, 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 firms 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 Disadvantaged or Woman Owned
business firms used as primary consultants or as subconsultants. If a
large business concern is selected for this contract, they will be
required to submit a subcontracting plan that should reflect a minimum
of 5% Small Disadvantaged Business of the amount to be subcontracted
out. Those firms which meet the requirements described in this
announcement and wish to be considered, must submit one copy each of an
SF 254 and an SF 255 for the firm and an 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 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 thereafter. Submittals received after this date and time will
not be considered. Additional information requested of applying firms:
indicate solicitation number in Block 2b, CEC (Contractor
Establishment Code) and/or DUNS 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 will 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 requested 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 (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 255's will not be accepted. Site visits
will not be arranged during the Submittal period. (0120) Loren Data Corp. http://www.ld.com (SYN# 0018 19980504\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|