Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1999 PSA#2465

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

C -- INDEFINITE QUANITY CONTRACT FOR ARCHITECTURAL-ENGINEERING SERVICES FOR VARIOUS PROJECTS INVOLVING PLANNING, STUDIES AND/OR DESIGN OF MEDICAL/DENTAL PROJECTS INVOLVING RENOVATION AND REPAIR IN VARIOUS MEDICAL/DENTAL FACILITIES IN THE WESTERN UNITED STATES AND PACIFIC BASIN FOR SOUTHWEST DIVISION, SOL N68711-99-D-6046 DUE 112999 POC Anne Garrett/Contract Specialist, (619) 532-4261; Dorothy LeStage/Contracting Officer, (619) 532-1301 Firm Fixed Price. Architect-Engineer services are required for various projects involving planning, studies and/or design of medical/dental projects involving renovation and repair. Including the preparation of Drawings and Specifications, for the purpose of bidding and construction of various Naval/Marine Corps activities in the Western United States and Pacific Basin for Southwest Division, Naval Facilities Engineering Command, San Diego, California. The term of the contract will be 365 calendar days from the date of contract award, or until the $2,500,000 limit is reached. The Government has the option to extend this contract for an additional 365 calendar days, or until an additional $2,500,000 is reached. The A-E fee for any single delivery order shall not exceed $500,000. Projects to be incorporated by delivery order into this contract shall be for the preparation of Studies, Basic Facility Studies, Master Planning, Traffic Studies, Environmental Assessments or Impact Statements, Interior/Exterior Alteration and Repair, and for the preparation of Designs, Drawings and Specifications for repairs and minor construction projects, including special costs for fire protection and life safety systems, utilities, seismic reinforcement, and geotechnical engineering requirements. The lead discipline shall be an Architect supported by all required supporting Engineering disciplines. The estimated start date is January 2000. The estimated completion date is January 2001. If the Government exercises the option to extend the contract, the total amount of the contract shall not exceed $5,000,000. A-E selection criteria will include (in order of importance): (1) Recent Specialized Experience of the firm (including consultants) in the preparation of contract documents including basic facility studies, master planning, traffic studies, environmental assessments or impact statements, interior/exterior alteration and repair, and the preparation of designs, drawings and specification for repairs and minor construction tomedical/dental facilities, including fire protection, life safety systems, utilities, seismic reinforcement and geotechnical engineering. This work will require the ability to coordinate various engineering disciplines and the various aspects of phasing construction to accommodate occupied/unoccupied facilities. Projects may also require the identification and removal of asbestos and lead-based paint. Do not list more than a total of ten (10) projects in Block 8. Include point of contact name and telephone number in block 8c for each project listed. Indicate which consultants from the proposed team, if any, participated in the preparation of designs, studies, drawings, and specifications for each of the projects listed. (2) Professional Qualifications of the staff and consultants to be associated with the team. List only the members who will actually perform major tasks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. (3)Past performance on 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 recent awards, commendations, and other performance evaluation results (Do not submit copies). (4) Location in the general geographic area of the projects and familiarity with the various codes and ordinances applicable to those areas and agency enforcement jurisdictions, provided that the application of this criterion does not significantly reduce 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 proposed project team (including consultants) during the specified contract performance period. Also, indicate the firm's capacity to field multiple multi-disciplinary teams at various remote locations. Indicate specialized equipment available and prior security clearances. (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 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, 5% to woman-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. Indicate the firm's proposed project team (including consultants) during the specified contract performance period. Also, indicate the firm's capacity to field multiplemulti-disciplinary teams at various remote locations. Indicate specialized equipment available and prior security clearances. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a Standard Form (SF) 254 and SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's 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 thereafter. Submittals received after this date and time will not be considered. Additional informatin 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'' 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). 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 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 (SIC) for this procurement is 8711 and the annual size standard is $4 million. Posted 10/27/99 (W-SN395720). (0300)

Loren Data Corp. http://www.ld.com (SYN# 0019 19991029\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page