Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598

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

C -- ARCHITECT ENGINEERING SERVICES FOR RENOVATION/REPAIR OF VARIOUS FACILITIES SOL N68711-00-D-0212 DUE 060900 POC Diana L. Price (619) 532-2439 WEB: Southwest Division Naval Facilities Engineering Command, http://www.efdsw.navfac.navy.mil/pages/Index.htm. E-MAIL: Click here to contact the contract specialist via, pricedl@efdsw.navfac.navy.mil. Regional Indefinite Delivery Indefinite Quantity Architectural Engineering Services for Design, and for the Preparation of drawings and specifications for various projects located within California, Arizona, Nevada and New Mexico for Southwest Division, Naval Facilities Engineering Command, San Diego, California Southwest Division is currently seeking a Firm Fixed Price/Indefinite Quantity Contract for Architectural services. These services will be for the design and preparation of drawings and specifications for the purpose of bidding and construction for renovation and repair of facilities and structures as identified below. Documents prepared by the Architect under this Contract may be utilized for either Design/Bid/Build or Design/Build acquisition strategies. The lead discipline shall be a registered Architect. The terms of the contract will be 365 calendar days from the date of contract award, or until the initial $2,500,000 design fee 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 design fee is reached, or a total not to exceed amount of $5,000,000 in two years. The minimum guaranteed fee is $5,000 for the base year. The A-E fee for any single delivery order shall not exceed $500,000. The estimated start date is August 2000. The estimated completion date is August 2001. A-E selection criteria will include (in order of importance): (1) Recent Specialized Experience of the firm (including consultants) in the preparation of architectural/engineering design documents for all items listed in Schedule A for the purpose of bidding and awarding Design/Bid/Build construction contracts and/or development of performance criteria for Design-Build RFPs. In addition, the firm may be required to furnish design services for all items listed in Schedule B: Use of metric systems of measurement may be required. The firm must have experience with coordination of design disciplines for phased construction, including occupied/unoccupied and fast track projects. Projects may also require the identification of asbestos and lead-based paint. Do not list more than a total of ten (10) projects in Block 8 of SF Form 255. Indicate which consultants for the proposed team, if any, participated in the preparation of design documentation for the projects listed. (2) Professional qualifications of the proposed staff and consultants in the preparation of architectural/engineering design documents for all items listed in Schedule A for the purpose of bidding and awarding Design/Bid/Build construction contracts and/or development of performance criteria for Design-Build RFPs. Proposals shall include experience in the design of all items listed in Schedule B. Proposals shall include experience in the use of metric systems for measurement. Proposals shall demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and infrastructure through an integrated design approach, including: energy conservation, pollution prevention, the use of recovered and recycled materials, waste reduction, and construction waste management practices. List only the team 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. Schedule A: 1) interior/exterior renovations/alterations, 2) food service design, 3) repair and minor construction projects, 4) structural investigations and 5) seismic evaluations. Schedule B: 1) utility improvements, 2) site improvements, 3) general landscape and irrigation projects, 4) life safety, 5) site surveys, 6) site investigations, 7) cost estimating, and 8) economic analysis required to develop and define actual costs of construction projects. (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 listing budget/estimated construction cost, award amount, final design estimate, and construction change order rate for at least five recent projects. Briefly describe internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes and how you insure the quality of work from subcontractors. List recent awards, commendations, and other performance evaluations (do not submit copies). (4) Location in the general geographic area of Naval and Marine Corps bases within California, Arizona, Nevada and New Mexico. This criterion only applies if the appropriate number of firms remain given the nature and size of this project. (5) 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. (6) List the small, disadvantaged, woman-owned business, or HUBZone small business firms used as primary consultants or as subconsultants. If a large business concern is selected, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Business, 5% Small Disadvantaged Business, 5% Woman Owned Small Business and 1.5% HUBZone Small Business, of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and who 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 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 thereafter. 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 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. SF 255's shall not exceed 30 printed pages (double sided is considered to be 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 a totalof 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, their subsidiaries, or affiliates, which design or prepare specification 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. In accordance with DFARS 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 is 8711 and the annual size standard is $4 million. See Numbered Note(s) 24, 26.***** Posted 05/09/00 (W-SN453130). (0130)

Loren Data Corp. http://www.ld.com (SYN# 0017 20000511\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page