Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

C -- A-E IDIQ CONTRACT FOR LANDSCAPE ARCHITECTURE SERVICES AT VARIOUS NAVAL/ MARINE CORPS FACILITIES IN CALIFORNIA, ARIZONA, NEW MEXICO, WASHINGTON, AND NEVADA SOL N68711-98-D-5726 DUE 072398 POC Samantha Darella, Code 57CS4.SD, Contract Specialist, (619) 532-3758 This contract is restricted to 8(a) certified, region 9 firms. Firm Fixed Price/Indefinite Quantity Contract. A-E services are required for design, and the preparation of Landscape Architectural drawings and specifications, for the purpose of bidding to construct, repair and renovate various Naval/Marine Corps activity projects in California, Arizona, Nevada and New Mexico for Southwest Division, Naval Facilities Engineering Command, San Diego, CA The term of the contract will be 365 calendar days from the date of contract award, or until the $1,000,000 limit is reached. The government has the option to extend this contract for an additional 365 calendar days, or until an additional $1,000,000 is reached. The A-E fee for any single delivery order shall not exceed $500,000. The estimated start date is July 1998. The estimated completion date September 1999. Projects may range in size, i.e. from a small single-family house to a large multi-unit building complex. Types of projects may include single andmulti-family housing, bachelor housing, commercial-type buildings and plazas, recreational areas and parks, erosion control and site revegetation. If the government exercises the option to extend the contract, the total amount of the contract shall not exceed $2,000,000. A-E Selection Criteria will include (in order of importance): (1) Recent specialized experience of the firm (including consultants) in the design and preparation of contract documents for planting, irrigation, and site construction, report and graphic document preparation, Request for Proposal (RFP) writing, graphic design, horticultural analysis, site surveys, site investigations, and cost estimating, including special costs for architecture, fire protection and life safety systems, utilities, seismic reinforcement, and geotechnical engineering requirements. Projects may also require the identification and removal of asbestos and lead-based paint. Specialized experience should also include AutoCad drafting, computer-controlled irrigationdesign, and familiarity with plant material in various climate zones. The lead discipline shall be a Landscape Architect supported by all required Engineering and Architectural disciplines. The work will require the ability to coordinate various engineering disciplines and the various aspects of phasing construction to accommodate occupied/unoccupied facilities. Do not list a total of more than ten (10) projects in Block 8. Indicate which consultants from the proposed team, if any, participated in the preparation of designs, drawings, and specifications for each of the projects listed (2) Professional qualifications of the staff and consultants to be associated with the design of facilities requiring construction, renovation, and repair of the project types listed in selection criteria 1. List only the team members who will actually perform major risks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. (3) Past performanceon contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Briefly describe internal quality assurance and cost control procedures and indicate effectiveness of those measures by listing preliminary owner's budget estimate, A-E's revised preliminary estimate, A-E's final estimate, construction contract award amount, and construction contract change order rate for not more than five recent projects. Also, list awards, commendations, and other performance evaluation results received within the past 5 years (DO NOT submit any copies). (4) Location in the general geographic area of the projects and familiarity with various codes and ordinances applicable to those areas and agency enforcement jurisdictions, provided that the appropriate number of firms to be considered, given the nature and size of the projects contemplated by the government. (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. Also indicate the firm's capacity to field multiple multi-disciplinary teams at various remote locations. (6) Demonstrated success in prescribing the use of recovered materials and achieveing waste reduction and energy efficiency for renovation and facility design. 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 firms 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 there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: Indicate solicitation number inblock 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed 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 255's shall not exceed 30 printed pages (double sided is two pages/organizational charts and photographs are excluded from the count, 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, their subsidiaries or affiliates, 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 (0174)

Loren Data Corp. http://www.ld.com (SYN# 0017 19980625\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page