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 IQ CONTRACT FOR COST ENGINEERING & VALUE ENGINEERING FOR VARIOUS FACILITIES IN CALIFORNIA, ARIZONA, NEVADA, NEW MEXICO, OREGON, IDAHO, ALASKA, WASHINGTON, MONTANA AND UTAH. SOL N68711-98-D-5721 DUE 072298 POC Jay Mathai, Contract Specialist, Code 57CS4.JM, (619) 532-3856 Firm Fixed Price / Indefinite Quantity Contract. Cost Engineering and Value Engineering Services are required for various projects in the California, Arizona, New Mexico, Nevada, Utah, Oregon, Idaho, Montana, Washington and Alaska geographic areas for Southwest Division, Naval Facilities Engineering Command, San Diego, California. The Engineering Teams will conduct studies by a multi-disciplined team of professionals, immediately during the programming phase and following submission of the first phase of design for a given project. The study team will follow the five (5) step job plan as recognized by SAVE International: The Value Society, for Value Engineering (VE) work, and the current NAVFAC military handbook 1010, Cost Engineering Policy and Procedures Guide, for Cost Engineering work. The study teams shall be led by an individual possessing a Professional Architectural / Engineering registration and, the SAVE Certified Value Specialist (CVS) credentials, or equivalent, for VE, and/or a CertifiedCost Professional, or equivalent, for CE. The VE/CE report shall encompass the recommendations of the study team with detailed cost estimates, life cycle analysis, sustainable design and construction analysis, and sketches where applicable. This Indefinite Quantity Contract covers a period not to exceed 365 days from the date of the contract award or until the $500,000 limit is reached. The Government has the option to extend this contract for an additional 365 days or until an additional $500,000 is reached. The maximum delivery order amount shall not exceed $200,000. The minimum contract amount will be $25,000. If the Government exercises the option to extend the contract, the total amount of the contract will not exceed $1,000,000.00. A-E Selection Criteria will include (in order of importance): (1) Recent specialized experience of the firm (including consultants) in conducting VE and CE studies on facilities and environmental projects. Do not list more than a total of ten (10) projects in block 8 (5 for VE and 5 for Cost). Indicate which consultants from the proposed team, if any, participated in the services for each project. (2) Professional qualifications are required of the staff to be assigned to this contract in conducting VE and CE studies and preparing reports that encompass detailed cost estimates, life cycle analysis, sustainable design and construction analysis, and sketches where applicable. All members or the team shall be completely knowledgeable and trained in VE and/or CE methodology. List only the team members who will actually perform major tasks under this project. Qualifications should reflect the individual's potential contributions to this project. (3) Past performance on 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 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 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) 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 5% Small Disadvantaged Business and 5% to women owned 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 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 in block 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 which provide VE and/or Cost services requested in this solicitation cannot provide design, orprepare specifications or procurement of supplies for that same project. 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# 0020 19980625\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page