Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24, 2001 PSA #2922
SOLICITATIONS

C -- ARCHITECT AND ENGINEERING SERVICES -- CONSTRUCTION

Notice Date
August 22, 2001
Contracting Office
Southwest Division, NAVFACENGCOM, Regional Contracts Team/02
ZIP Code
00000
Solicitation Number
N68711-01-R-6540
Response Due
September 27, 2001
Point of Contact
Contract Specialist, Vanessa A. Schutt, 619-532-3779
E-Mail Address
Vanessa Schutt (schuttva@efdsw.navfac.navy.mil)
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. This proposed contract is for unrestricted firms. Firms that are large business and short-listed, will be required to submit a subcontracting plan prior to being interviewed. This contract is for Regional Indefinite Quantity Architectural and Engineering Services for Non-Industrial Facilities located within California, Arizona, Nevada, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah for Southwest Division, Naval Facilities Engineering Command, San Diego, California. The preponderance of work will be in Southern California. This contract is for Regional Indefinite Quantity Architectural and Engineering services for preparation of design plans, specifications, cost estimates, feasibility and concept studies, and preparation of architectural and engineering documents and reports for new construction, renovation and repair of facilities. The services may include seismic upgrades, grading, paving, utility systems upgrade, mechanical and electrical system, identification and abatement of asbestos and lead paint, life safety/ site surveys/ site investigations, cost estimating and economic analysis required to develop and define actual costs of construction. Projects are predominantly Non-Industrial Facilities. Examples follow: aircraft sunshades; chapel; nuclear biological chemical training facility; training tanks; and military law enforcement facilities such as area guard facility, game warden facility, gatehouse, military working dog facility, special respond team facility, surveillance van facility, brig, and headquarters building. This work may include, but is not limited to, Request for Proposal (RFP) on Design Build Projects or Invitation for Bid (IFB) for fully designed plans and specifications, and the providing of construction support services for new and existing facilities. The length of the contract will be 365 calendar days from the date of contract award, or until a $2,500,000 limit is reached. The Government has the option to extend this contract for one (1) additional period, not to exceed 365 days for each period, or until additional limits of $2,500,000 is reached. A total amount of $5,000,000 shall not be exceeded. If the dollar capacity of the previous period has not been utilized, this unused capacity will be added to the subsequent option period (if it is exercised). The hourly rates will be negotiated for each 365 day Rate Period. Rates for the Base Rate Period are effective for the first 365 days from date of award, rates for the Second Rate Period are effective from the 366th to the 730th day from date of award and so on, irrespective of which option period is in effect. Task orders under this contract will not exceed $500,000. The minimum guaranteed fee is $5,000 for the base year. The estimated start date is December 2001. Selection criteria will include (in order of importance):(1) Professional qualifications of the proposed staff and consultants associated with the accomplishment of design plans, specifications, cost estimates, feasibility and concept studies, and preparation of architectural and engineering documents and reports for new construction, renovation and repair of Non-Industrial Facilities. The services may include seismic upgrades, grading, paving, utility systems upgrade, mechanical and electrical system, identification and abatement of asbestos and lead paint, life safety/ site surveys/ site investigations, cost estimating and economic analysis required to develop and define actual costs of construction. These projects may include but are not limited to Request for Proposal (RFP) on Design Build Projects or Invitation for Bid (IFB) for fully designed plans and specifications or Change Order Request during construction. Demonstrate knowledge and experience in the use of metric system measurements. List only the team members who will actually perform the major tasks under this project. Qualifications should reflect the individual's potential contributions on this contract. (2) Specialized Experience of the firm (including consultants) in accomplishment of design plans, specifications, cost estimates, feasibility and concept studies, and preparation of architectural and engineering documents and reports for new construction, renovation and repair of Non-Industrial Facilities. The services may include seismic upgrades, grading, paving, utility systems upgrade, mechanical and electrical system, identification and abatement of asbestos and lead paint, life safety/ site surveys/ site investigations, cost estimating and economic analysis required to develop and define actual costs of construction. These projects may include but are not limited to Request for Proposal (RFP) on Design Build Projects or Invitation for Bid (IFB) for fully designed plans and specifications or Change Order Request during construction. Demonstrate knowledge and experience in the use of metric system measurements. Do not list more than a total of ten (10) projects in block 8. Indicate which consultants from the proposed team, if any, participated in the services for each 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 effectiveness by listing budget/estimated construction cost, award amount, and final design estimate for at least ten recent projects. Briefly describe internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations, and other performance evaluations (do not submit copies). (4) Demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and infrastructure, including energy conservation, the use of recovered and recycled materials, waste reduction and construction waste management practices. (5) 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) Location in the general geographic area and knowledge of the locality of the projects of Naval and Marine Corps bases within California, Arizona, and New Mexico. This criterion only applies if the appropriate numbers of firms remain, given the nature and size of this project. (7) List the small, disadvantaged, woman-owned business, veteran-owned small business or service-disabled veteran-owned small business concerns or HUBZone small business firms used as primary consultants or as sub-consultants. If a large business concern is short listed, 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 3% Veteran-owned small business or service-disabled veteran-owned small business and 2% HUBZone Small Business, of the amount to be subcontracted out. (8) Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Show in Block 10 of the DD255, the total dollars of contracts awarded by DOD to your firm in the last 12 months. Those firms that 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, fax number and email address in block 3a. 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. 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 total of 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 North America Industry classification System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 millio
Web Link
Vanessa Schutt (http: esol.navfac.navy.mil)
Record
Loren Data Corp. 20010824/CSOL006.HTM (D-234 SN50V7I2)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 22, 2001 by Loren Data Corp. -- info@ld.com