Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1995 PSA#1281

Engineering Field Activity West, Naval Facilities Engineering Command Code 021 (AEC), (Bldg. 201, 2nd floor), 900 Commodore Drive, San Bruno, CA 94066-2402

C -- C --FIXED PRICE CONTRACT REQMTS FOR A/E SVES FOR FY94 BRACON PROJ P-083T SPEC BOAT UNIT 11 MAINTENANCE BLDG, SAN FRAN BAY AREA SITE TO BE DETERMINED SOL N62474-95-C-2547 POC Point of Contact is Annette Ordonez, Code 021AEC at (415) 244-2408, Contracting Officer, Rod Sandberg This synopsis covers one contract as described below. Work includes project development, preparation of plans, specifications and construction cost estimates for a Special Boat Unit Maintenance building and related facilities. This work will be performed on an accelerated schedule in order to meet base realignment and closure (BRAC) objectives. Studies, Parametric Estimating Programming (PEP), collateral equipment lists, permit application preparation, interior design construction contractor submittal review, construction field inspection, Operation and Maintenance Support Information (OMSI) Manuals preparation, and as-built drawing preparation may be required. Contract Award is contingent on availability of funds. The project consists of the design of new facilities to include Boat overhaul shop areas, storage areas, waterfront facilities, armory, administration and operational offices for a total area of approximately 48,000 square feet. The design will include all necessary installed equipment such as overhead hoists, shop utilities, supporting utilities, gangway and floating pier, parking, sidewalks, and landscaping, with a total estimated cost of less than $10,000,000. The project scope and cost are subject to adjustment. Selection will be based on the following criteria which are numbered in order of importance: (1) EXPERIENCE: Specialized experience (both Government and private) and technical competence of the firm and/or the proposed consultants in the planning and design of similar projects to Navy design criteria on an accelerated schedule within cost controls. Comparable experience of the firm and sub consultants completed within the last five years will be given the greatest weight. (2) QUALIFICATIONS: Professional qualifications of the staff (in-house and/or consultants), specifically on related projects addressed in criteria element (1) above. Particular focus will be on the qualifications of the project manager and design professionals with expertise in the development of small boat maintenance and operations facilities. (3) PAST PERFORMANCE: Past performance (with emphasis on similar efforts cited in criteria elements one and two) with government agencies and/or private industry. History of working relationship with sub consultants. (4) CAPACITY: Ability of the firm to accomplish the contemplated work within a minimum reasonable time limit as demonstrated by the impact of this work load on the firms' permanent staff, projected work load during the anticipated design service period, the firms' history of successfully completing projects in compliance with performance schedules. Specific experience and related time frames for accomplishment of similar efforts. (5) LOCATION: a) Knowledge of probable site conditions, materials and supplies availability and applicable regulatory requirements; and b) ability of the firm to ensure timely response to requests for on-site support. (6) VOLUME OF WORK: Volume of work previously awarded by the Department of Defense (DOD) for the past 12 months to the firm (DO NOT PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS the DATA), with the objective of effecting equitable distribution of work among qualified Architect-Engineer firms, including SB and SDBs firms and firms that have not had prior DOD contracts. Those firms which meet the requirements described in this announcement and wish to be considered, must submit a SF 255. In order to expedite your firm's consideration regarding the above criteria by the board, the following application data from the SF255 Blocks 7, 8, and 10 may be presented as follows: (Block 7) Provide a matrix for the design team. Individual rows should be labeled with the team members' names and their proposed team assignments. Columns should be labeled as follows: firm name and office location; percent of time to be spent on this team; professional registration; number of years of professional experience; number of years with current firm; highest education level and area of specialization (example: BS, mechanical engineering).(Block 8) In matrix form, identify which team members worked on the described projects. Individual rows should be labeled with the projects' titles. Columns should be labeled with the team members' names. (Block 10) Include a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (Designate your role: prime, subcontractor or joint venture partner) These ratings should be dated 1989 or later and should include those for joint venture partners and subcontractors. Provide a list of projects to be used for evaluation of criteria (1) that started construction since 1988 and include the following data: client's contact and current telephone number, design completion date, construction completion date. Provide a list of projects with construction value over $500,000, managed by the proposed project manager(s), that started construction since 1989 and include the following data: client's contact and current telephone number, client's need date, design completion date, percent differentials between contract award amount and estimated construction cost (note whether bid or negotiated). Summarize your plan for starting concept studies in early 1995 and completing contract documents within 180 calendar days. Provide a chart (in number of hours) comparing design team's available capacity with their actual commitments for the next 12 months. 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 slated for interviews must submit a Work Plan, based on previous experience, showing the most expeditious, but realistic schedule for accomplishing the proposed work, 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, a listing of present business commitments and their required completion schedules, and performance references other than Engineering Field Activity West, Naval Facilities Engineering Command (include 3 or more with names and telephone numbers of the contract administrators). For consideration, provide one submittal package, including one original SF 255 and one original SF 254 for each firm proposed. The SF 255 with attachments shall be limited to no more than 25 pages and not smaller than 10 point font. Every page that is not an SF 254 will be included in the page count. The submittal must be received in this office (Bldg. 201, 2nd floor, ATTN: Annette Ordonez) no later than 3:00 pm local time at San Bruno, CA., the 30th day following publication of this synopsis. Submittals received after this date and time will not be considered. Include telefax numbers in Block 3a and Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) Codes if known, A-E Contractor Appraisal Support System (ACASS) Code if known, and Taxpayer Identification Number (TIN) in Block 3. Label lower right corner of outside mailing envelope with A-E Services N62474-95-C-2547. Site visits will not be arranged during the advertisement period. This is not a request for proposal (RFP). (0039)

Loren Data Corp. http://www.ld.com (SYN# 0030 19950209\C-0015.SOL)


C - Architect and Engineering Services - Construction Index Page