|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1999 PSA#2431SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- A/E SERVICES AND PLAN AND SPECIFICATIONS FOR FY99 REPAIR
ELECTRICAL DISTRIBUTION SYSTEM AT MARINE CORPS AIR STATION (MCAS)
MIRAMAR, SAN DIEGO, CALIFORNIA SOL N68711-99-C-6047 DUE 092799 POC
Lucile Miranda Contract Specialist, 619-532-3725, Dorothy LeStage
Contracting Officer, 619-532-1301 TITLE : A-E SERVICES & PLANS &
SPECIFICATIONS FOR FY 99 REPAIR ELECTRICAL DISTRIBUTION SYSTEM AT
MARINE CORPS AIR STATION (MCAS) MIRAMAR, SAN DIEGO, CALIFORNIA SOL
N68711-99-C-6047 DUE 27 September 1999 POC Lucile Miranda/Contract
Specialist, (619) 532-3725, Dorothy LeStage/Contracting Officer, (619)
532-1301. Firm Fixed Price. MODIFICATION TO: ADVERTISED CBD NOTICE ON
26 AUGUST 1999; SUBMISSION NO. 372835 THERE IS NO RFP PACKAGE TO
DOWNLOAD. ALL THE INFORMATION CONTAINED HERE IS WHAT YOU NEED TO SUBMIT
THE SF-254 AND SF-255. DESCRIPTION: ATTENTION ALL FIRMS. This proposed
contract is to be SOLICITED UNRESTRICTED. This will be a Firm Fixed
Price Contract. The estimated cost of construction is between
$5,000,000 and $10,000,000. Architect-Engineer (A/E) services are
required for design and preparation of plans, specifications, basis of
design, feasibility study, and cost estimates for the purpose of
bidding and construction of repairs to existing electrical distribution
systems in two separateand independent parts. The construction work
includes, but is not limited to, demolishing existing transformers,
demolishing existing 12KV and 4.16KV primary service to existing
transformers, disposing of contaminated material, providing and
installing new pad mounted transformers/unit substations, providing and
installing new 12KV primary service to new transformers, providing and
installing a utility control system, and coordinating with other
projects. The contractor shall provide these services at Marine Corps
facilities at Marine Corps Air Station (MCAS) Miramar, San Diego,
California. The contract will be awarded as a firm fixed-price
contract. A/E selection criteria will include (in order of importance):
(1) Recent specialized experience of the firm and/or proposed
consultants, especially within the last five years, in performing
designs for electrical distribution system repair including field
investigations, preparing studies/analysis/plans, associated Geographic
Information System (GIS) mapping, obtaining environmental permits, and
interfacing with regulatory agencies (Federal/ State/ Local) in
California. (2) Professional qualifications and capabilities of the
staff to be assigned to this project. Include recent experience,
especially within the last five years, in performing field
investigations and preparing studies/analysis/plans relating to the
repair of electrical distribution systems, associated GIS mapping,
obtaining environmental permits, and interfacing with regulatory
agencies (Federal/ State/ Local) in California. (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 effectiveness by briefly describing internal
quality assurance and cost control procedures and by listing
budgeted/estimated construction costs, award amount, final design
estimate and construction change order rate for up to five recent
projects; and 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 in
relation to Naval and Marine Corp locations. (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. (6) Use of the following types of businesses: list the
small, small disadvantaged, woman-owned, and HUB Zone small business
firms used as primary consultants or as sub-consultants. 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, 5% to women-owned business, 5% to historically
black colleges and universities and minority institutions, and 1% to
HUB Zone small 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 PM Pacific Time on the 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 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 that 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 are 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). 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. Firms not providing the requested
information in the format (i.e. listing more than 5 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. See Note 24. In the event of conflict between
Note 24 and the narrative of this synopsis, the narrative takes
precedence. In accordance with DFAR 252.204-7004 all firms must be
registered with the Central Contractor Registration (CCR) prior to any
award of a contract. To obtain information on registration offerors
may call 1-888-227-2423, or via the Internet at
http://ccr.edi.disa.mil. The Standard Industrial Code for this
procurement is 8711 and the annual size standard is $4.0 million.
Posted 09/10/99 (W-SN378853). (0253) Loren Data Corp. http://www.ld.com (SYN# 0013 19990914\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|