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