|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1999 PSA#2503SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER (A/E)
SERVICES ARE REQUIRED FOR THE PREPARATION OF NAVY AND MARINE CORPS
FACILITIES PLANNING AND ENVIRONMENTAL PLANNING DOCUMENTATION FOR
FACILITIES IN CALIFORNIA, NEVADA, ARIZONA AND NEW MEXICO. SOL
N68711-00-D-0204 DUE 012720 POC Vanessa Schutt, Contract Specialist,
619-532-3779 WEB: To review CBD's announcement on Southwest Division's,
http://esol.navfac.navy.mil/. E-MAIL: To contact contract specialist.,
schuttva@efdsw.navfac.navy.mil. INDEFINITE QUANTITY CONTRACT FOR
ARCHITECT-ENGINEER (A-E) SERVICES REQUIRED TO PREPARATION OF NAVY AND
MARINE CORPS FACILITIES PLANNING AND ENVIRONMENT PLANNING DOCUMENTATION
FOR PROJECTS LOCATED IN CALIFORNIA, NEVADA, ARIZONA, AND NEW MEXICO.
SUBMIT SF 254/255 BY 27 JAN 00 TO SOUTHWEST DIVISION, NAVAL FACILITIES
ENGINEERING COMMAND, ATTN: CODE 02R3.VS, BLDG. 110,1220 PACIFIC HWY,
SAN DIEGO CA 92132-5187. A firm fixed-price, Indefinite Quantity
Contract is required. The length of the contract will be 365 days from
the date of the contract award or until the $2,500,000 is reached. The
Government has the option to extend this contract for an additional 365
days or until an additional $2,500,000 is reached. The individual
delivery order limitation may not exceed $500,000.00. If the Government
exercises the option to extend the contract, the total amount of the
contract shall not exceed $5,000,000. The minimum guaranteed amount is
$5,000. The estimated start date is 1 March 2000. Architect-Engineer
(A-E) services are required for the preparation of Facilities Planning
and Environmental Planning documentation and services including Base
Site Development Plans (former term: Base Master Plans), Regional
Planning Studies, Visioning and Scenario Planning, Activity-Based
Costing, Activity Planning and Management Models (APMMs), Military
Construction (MILCON) Project Documentation, Special Project
Documentation, Construction Cost Estimates, Economic Analyses (EAs),
Basic Facilities Requirements (BFRs), Base Exterior Architecture Plans
(BEAPs), Air Installation Compatible Use Zones (AICUZ) studies, Range
Air Installation Compatible Use Zones (RAICUZ) studies, National
Environmental Policy Act (NEPA) documents, Coastal Consistency
Determinations (CCDs), Family Housing and Bachelor Quarters
Comprehensive Neighborhood Plans (CNPs), Life Cycle Management Plans,
Facilities Planning Documents (FPDs), Engineering Evaluations (EEs),
Capital Improvement Plans (CIPs), Concept Studies, Traffic Studies,
Siting-Land Use Studies/Analyses, Special Planning Studies, Preliminary
Hazard Analyses (PHA) and Preliminary Hazard Lists (PHL). A-E selection
criteria will include (in order of importance): (1) Recent specialized
experience of the firm (including consultants) in the preparation of
Marine Corps and Navy base planning documents including: Base Site
Development Plans (or Base Master Plans, or Regional Planning Studies),
Visioning and Scenario Planning, APMMs (or other electronic land
use/facilities planning tools/studies), MILCON Project Documentation
(and/or Special Project Documentation), Economic Analyses, BFRs,
AICUZs, and NEPA Documentation. (2) Professional qualifications of the
staff to be assigned to the project(s) will include professional and
technical support with experience and knowledge in the preparation of
Marine Corps and Navy base planning documents including: Base Site
Development Plans (or Base Master Plans, or Regional Planning Studies),
Visioning and Scenario Planning, APMMs (or other electronic land
use/facilitiesplanning tools/studies), MILCON Project Documentation
(and/or Special Project Documentation), Economic Analyses, BFRs,
AICUZs, and NEPA Documentation. List only the team members who actually
will perform major tasks under this project and their qualifications
which 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/quality control procedures and cost control
procedures. List recent awards, commendations and other performance
evaluations (do not submit copies). (4) 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 and prior security clearances. (5) 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% to small or
disadvantaged business firms and 5% to woman-owned business firms 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 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 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 thereafter. Submittal received after this date
will not be considered. Additional information requested of the
applying firms: indicate solicitation number in block 2b, CEC
(Contractor Establishment Code)and/or Duns number (for the address
listed in block 3) and the 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. All
information must be included on the SF 255 (cover letter and other
attachments will not be included in the evaluation process). Firms not
providing the requested information in the format (i.e. listing more
than 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
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 proposalS. Telegraphic and facsimile SF
255's will not be accepted. Site visits will not be arranged during the
submittal period. Numbered note (s): 24 (0138) Commanding Officer,
Southwest Division, Naval Facilities Engineering Command, Code 02R3.VS,
Bldg. 110, 1220 Pacific Hwy, San Diego, CA 92132-5187. Posted 12/22/99
(W-SN411073). (0356) Loren Data Corp. http://www.ld.com (SYN# 0029 19991227\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|