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