|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1995 PSA#1315Commanding 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 1998 MCON
PROJECT P-703, MAINTENANCE SUPPORT FACILITY AT NAVAL AIR STATION, NORTH
ISLAND (NASNI), CORONADO, CALIFORNIA SOL N68711-95-C-7609 DUE 050495
POC Debbie Villanueva/Contract Specialist, (619) 532-3833, Nancy
Trent/Contracting Officer, (619) 532-2853. Firm Fixed Price.
Architect-Engineer services are required for the design of and
preparation of plans and specifications for the purpose of bidding and
construction of a 99,000 square foot (SF) maintenance support facility
(comprised of six buildings) for repair and maintenance of ship
components. The facility will include an 82,000 SF building for
equipment and material shipping and receiving, equipment and material
sorting, storage, and distribution, and management, project support,
administrative, and engineering personnel offices, a 7,000 SF building
and a 2,000 SF building for waste storage, and three buildings
totaling 8,000 SF for pierside equipment laydown. Design of physical
security measures for controlled industrial areas and perimeter access
roads will be required. The estimated start date is December 1995. The
estimated design completion date is June 1997. the contract will be
negotiated on the basis of both engineering documentation and design
services and awarded for engineering documentation only with an option
available to the Government to award design services at a later date.
Only authority for synopsis, slate and selection is available at this
time. The estimated construction cost is over $10,000,000. A-E
Selection criteria will include (in order of importance): (1) Recent
specialized experience of the firm (including consultants) in the
design of large (over 75,000 SF) industrial facilities for component
maintenance and repair, the design of radiological facilities, the
design of monorails (3-ton capacity and greater), interior design
services, industrial space planning, and the preparation of
furniture/furnishings specifications. 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 with experience in the design of large (over 75,000 SF)
industrial facilities for component maintenance and repair, the design
of radiological facilities, the design of monorails (3-ton capacity
and greater), interior design services, industrial space planning, and
the preparation of furniture/furnishings specifications. 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, their
subsidiaries or affiliates, 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. (0088) Loren Data Corp. http://www.ld.com (SYN# 0026 19950330\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|