Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 28,1999 PSA#2504

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

C -- INDENFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER (A/E) SERVICES 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 012700 POC Vanessa Schutt, Contracting Officer, 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. THIS NOTICE IS AMENDED TO CORRECT THE YEAR SF254/255s ARE DUE. CORRECT DUE DATE IS 27 JAN 00. 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/facilities planning 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 theapplying 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 12/23/99 (W-SN411234). (0357)

Loren Data Corp. http://www.ld.com (SYN# 0007 19991228\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page