Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,2000 PSA#2531

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr, San Bruno, CA 94066-5006

C -- INDEFINITE QUANTITY CONTRACT TO PROVIDE A-E SERVICES FOR VARIOUS FIRE PROTECTION PROJECTS IN ALL WESTERN STATES WITH WORK PRIMARILY IN NORTHERN AND CENTRAL CALIFORNIA SOL N62474-00-R-3012 DUE 030700 POC Teresa A. Marshall, Contracting Officer at (650) 244-2673 E-MAIL: MarshallTA@efawest.navfac.navy.mil, MarshallTA@efawest.navfac.navy.mil. Indefinite Quantity Architectural and Engineering Services for Fire Protection Engineering Support for various projects in all Western States with work primarily in Central and Northern California areas. Includes design review and investigations for Naval, Air Force and Marine Corps Activities. The following Fire Protection Engineering Services may be required: Detailed review of construction plans, specifications and contractor's shop drawing submittals; conducting fire protection systems acceptance inspections and tests, conducting fire protection engineering surveys of various facilities and preparation of survey reports, fire protection engineering design services and special fire protection engineering services and fire protection engineering investigations. The proposed contract is for a base period of one (1) year or until the maximum total dollar amount of $250,000 is expended with option available to the Government to extend the contract for two (2) additional periods with the same limitations. A minimum fee of $10,000 is guaranteed should no work be ordered after contract award. No individual project under this contract shall exceed $100,000. Selection will be based on the following criteria which are numbered in order of importance: (1) EXPERIENCE: Recent specialized experience of the firm in preparation of fire protection engineering surveys of facilities, fire protection engineering consulting, plans and specifications review, construction and fire protection shop drawing reviews, and acceptance tests and inspections; (2) QUALIFICATIONS: Professional fire protection engineering qualifications of the staff with respect to the overall makeup of the engineering/architectural team to be assigned to the projects; (3) CAPACITY: Ability of the firm to accomplish simultaneous projects within a minimum reasonable time limit; (4) PERFORMANCE: Past performance (with emphasis on similar effort cited in criteria elements one and two) with Government agencies and/or private industry in terms of cost controlquality of work, and compliance with performance schedules. (5) LOCATION: Location of the firm within the general geographical area of the projects to be assigned. (6) VOLUME: Volume of work previously awarded by the Department of Defense (DOD) for the past 12 months to the firm with the objective of effecting equitable distribution of contracts among qualified architect-engineer firms, including minority-owned firms and firms that have not had prior DOD contracts. The estimated start date for the contract 1 June 2000; estimated completion date 1 June 2003. In order to expedite your firm's consideration regarding the above criteria by the Board, the following application data shall be substituted for Blocks 7, 8, 9, and 10 in the SF 255: (1) To demonstrate how the firm meets the EXPERIENCE criteria, provide a description of pertinent recent projects for which team members provided a significant technical contribution. Work on these projects must have been done in the last 5 years. Indicate how project is relevant to the work described herein. In MATRIX form, identify which team members and firm worked on the projects described. Projects shall be in the left column and team member's names/firms shown across the top row of the MATRIX; (2) To demonstrate how the firm meets the QUALIFICATION criteria, submit a MATRIX for the design team that contains the following data about the member's assignment team member's (including alternates) name, firm name, office location, proposed assignments, percent of time to be spent on this team, highest education level/engineering discipline (e.g., BS, mechanical engineering), states of professional registration, number of years of professional fire protection engineering experience and number of years with the firm. Also, for project managers and team leaders, identify the number of teams (design, subcontractors, and joint venture partners) they have managed over the past three years; (3) To demonstrate how the firm meets the CAPACITY criteria submit an organizational chart with the following information: Principal point of contact, project manager, team leaders, the name of each design team member, all team member assignments, and the name of at least one alternate for each key person. Provide in chart (in number of hours) comparing design teams available capacity with their actual commitments for the next 12 months; (4) To demonstrate how the firm meets the PERFORMANCE criteria, provide a tabular listing of all performance ratings and letters of commendation from both private and DOD clients (designate your role: prime, subcontractor, consultant, or joint venture partner). These ratings should be dated 1995 or later and should include those for joint venture partners and subcontractors. Provide a list of projects and construction value managed by the proposed project manager (s) that were started since 1995 and include the following data: client's contact, client's need date, design completion date, percent variances between contract award amount and actual construction cost (note whether bid or negotiated); (5) To demonstrate how the firm meets the LOCATION criteria provide a list of recent projects performed by the firm or joint venture partners, and appropriate subcontractors in contract area. At the selection interview, A-E firms selected for interviews must submit their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control process, a portfolio of design work (both new construction and upgrades to existing facilities), a listing of present business commitments and their required completion schedules, and performance references other than Engineering Field Activity West (include 3 or more with names and telephone numbers of the contract administrators). Large business concerns will be required to submit a subcontracting plan if selected. The SF 255 with attachments shall be limited to 25 pages not smaller than 12 pitch font. Everypage that is not a SF254 will be included in the page count. The submittal must be received at Engineering Field Activity, West, Naval Facilities EngineeringCommand, 900 Commodore Drive, San Bruno, CA 94066 (Building 205, 1st Floor, Attn: Teresa Marshall) not later than 3:00 P.M., local time by 7 March 2000. Submittals received after the date and time will not be considered. Include facsimile numbers in Block 3a and Dun & Bradstreet (DUNS) numbers, Commercial and Government Entity (CAGE) Code, if known, and Taxpayer Identification Number (TIN) in Block 3. Label lower right corner of outside mailing envelope with "A-E Services, N62474-00-R-3012." Site visits will not be arranged during advertisement period. Posted 02/03/00 (W-SN421598). (0034)

Loren Data Corp. http://www.ld.com (SYN# 0019 20000207\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page