Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1999 PSA#2373

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

C -- ARCHITECTURAL AND ENGINEERING SERVICES FOR FY00 MCON PROJECT P-326, REPLACE PIERS 10 AND 11, NAVAL STATION, SAN DIEGO, CA SOL N68711-99-C-6324 DUE 072699 POC Bradley Crawford, 619-556-7596, Contract Specialist E-MAIL: Click here to contact the contract specialist via, crawfordbe@efdsw.navfac.navy.mil. Firm fixed price/A-E services are required for the preparation of two sets of separate construction contract documents, the first being a design-build request for proposal (RFP) for the solicitation and construction via design-build source selection negotiated procurement of a 36.6 meter (120 feet) by 457.3 meter (1500 feet) concrete pier that will be used for berthing and repairs of Deep Draft/Power Intensive (DDPI) ships. "Deep Draft" is defined as "exceeds 30 feet". The pier will support 90 ton truck crane operations and will have a concrete pile fendering system with foam filled fenders. The project will include "cold iron" utilities, fresh water, wastewater, compressed air, electrical, telephone, fire alarm and oily waste disposal systems and incidental related work. The A-E will prepare the preliminary cost estimate for the project. All site, underwater, and engineering investigations, as well as customer coordination are included. The second set of construction contract documents are for the demolition and disposal of two existing piers, dredging around the new pier, and proper disposal of all dredge spoils, contaminated and non-contaminated. Investigation and listing of the proper disposal site(s) for the contaminated dredge material not suitable for ocean disposal, to include confined aquatic disposal (CAD), is required. The A/E shall work closely with the Environmental Planning Team, SWNAVFACENGCOM, and other Federal, State and Local agencies having jurisdiction on the dredging site and potential dredge disposal site(s). Electronic solicitation documents will be required for all services provided under this contract. Post-award construction contract support services may be negotiated as a part of this contract. The estimated start date is October 1999 and the estimated completion date, including the exercise of options, is August 2004. Estimated construction costs are expected to exceed $10 million. A-E selection criteria will include (in order of importance):(1) Recent specialized experience of the firm and the proposed consultants in the design and preparation of plans and specifications for berthing/repair pier for deep draft ships, dredging and disposal of dredge spoils, design of confined aquatic disposal (CAD), near shore and upland confined disposal facility (CDF), confined dewatering facility for the disposal of contaminated dredge spoils, and proper disposal of dredge spoils containing ordnance.(2) Recent specialized experience of the staff in the design and preparation of design-build documentation for berthing/repairs pier for deep draft ships, dredging and disposal of contaminated dredge spoils, design of confined aquatic disposal (CAD), near shore and upland confined disposal facility (CDF) and confined dewatering facility for the disposal of contaminated dredge spoils. The recent specialized experience should also include investigation and determination of disposal sites for dredge spoils, including upland disposal for contaminated dredge materials and investigation and disposal of dredge spoils containing ordnance.(3) Past performance on contracts with government agencies and private industry in terms of construction contract 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.(4) Demonstrated success in the use of recovered materials and achieving waste reduction and energy efficiency in facility design.(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.(6) List the small, small disadvantaged, women-owned, very small business, or HUB Zone small businesses 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 goal of 5% to be subcontracted out to small disadvantaged businesses.(7) 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. 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 Standard Form (SF) 254 and Standard Form (SF) 255 for the firm and a SF 254 for each consultant listed in the firm's SF 255. One copy of the submittal package is to be received in this office (South Bay Area Focus Team, Code 5S02.BC, 2585 Callagan Highway, Building 99 NAVSTA, San Diego, CA 92136) no later than 1:00PM Pacific Time on the due date indicated above. Should the date fall on a weekend or holiday, the submittal package will be due on the first business day thereafter. Submittals after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, DUNS number and Taxpayer Identification Number for the address listed in Block 3, facsimile 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 255s shall not exceed fifty (50) printed pages (double sided is two pages/organizational charts and photographs excluded. Photographs with text, however, will count as a printed page.) All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 50 page limit will not be included in the evaluation process). Firms not providing the requested information in the format described by this synopsis may be negatively evaluated under the selection criteria. Firms that 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. Facsimile transmitted SF 255s will not be accepted. Posted 06/21/99 (W-SN345336). (0172)

Loren Data Corp. http://www.ld.com (SYN# 0026 19990623\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page