|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1995 PSA#1281Commanding Officer, Southwest Division, Naval Facilities Engineering
Command, Code 0211, 1220 Pacific Highway, Room 145, San Diego, CA
92132-5187 C -- A-E SERVICES AND PLANS AND SPECIFICATIONS FOR FY 1996 MCON
PROJECT P-549, CHILD DEVELOPMENT CENTER, MARINE CORPS BASE, CAMP
PENDLETON, CALIFORNIA SOL N68711-95-C-7576 DUE 032095 POC Debbie
Villanueva/Contract Specialist, (619) 532-3833, Nancy Trent/Contracting
Officer, (619) 532-2853. 17. Firm Fixed Price. Architect-Engineer
services are required for the design and preparation of plans and
specifications for the purpose of bidding and construction of a Child
Development Center at the Marine Corps Base, Camp Pendleton, California
to include child development center, electrical utilities, mechanical
utilities, paving, site improvements, parking, lighting, irrigation,
landscaping, sidewalks and site drainage. The estimated start date is
May 1995. The estimated completion date is December 1995. The contract
will be negotiated and awarded on the basis of both engineering
documentation and design services, with an option for Post Construction
Award Services (PCAS). The estimated construction cost is between
$1,000,000 and $5,000,000. A-E Selection criteria will include (in
order of importance): (1) Recent specialized experience of the firm
(including consultants) in the design of a child development center to
accommodate approximately 200 children and staff including:
administrative areas, air conditioning, fire protection system, play
yard elements, interior design, commercial kitchen, video/tv close
circuit security monitoring system, landscaping, paving and site
improvements. Do not list more than a total of 10 projects in block 8.
Include point of contact name and telephone number in block 8c for
each project listed. Indicate which consultants from the proposed team,
if any, participated in the design of each project. (2) Professional
qualifications of the staff to be assigned to this project in the
design of a child development center to accommodate approximately 200
children and staff including: administrative areas, air conditioning,
fire protection system, play yard elements, interior design, commercial
kitchen, video/tv close circuit security monitoring system,
landscaping, paving and site improvements. List only the team members
who actually will perform major tasks under this project,
qualifications should reflect the individual's potential contributions
to this 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 by briefly
describing 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) Location in the general
geographic area of the project and knowledge of the locality of the
project, provided that the application of this criterion leaves an
appropriate number of firms given the nature and size of this project.
(5) Capacity to accomplish the work in the required time. Indicate the
firms 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 or disadvantaged or woman- owned
business firms used as primary consultants or as subconsultants. If a
large business concern is selected for this contract, they will be
required to submit a subcontracting plan that should reflect a minimum
5% Small Disadvantaged Business of the amount to be subcontracted out.
Those firms which meet the requirements described in this announcement
and wish to be considered, must submit one copy each of a SF 254 and
a 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 P.M. Pacific Time on the due
date indicated above. Should the due date fall on a weekend or holiday,
the submittal package will be due the first workday there after.
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 the 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 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 which
design or prepare specifications 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. See Numbered Note(s): 24. (0039) Loren Data Corp. http://www.ld.com (SYN# 0033 19950209\C-0018.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|