|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1996 PSA#1517Officer in Charge of Construction, Building 1138T1, P.O. Box X7, Marine
Corps Air Ground Combat Center, Twentynine Palms, CA 92278-0107 C -- ARCHITECTURAL ENGINEERING SERVICES FOR PROJECT TP-H-403-M-2
Convert Electrical Service to 12.47KV, Ocotillo Heights, Marine Corps
Air Ground Combat Center, Twentynine Palms, CA. SOL N68711-96-C-5129
DUE 022696. Contact Mrs. Merry C. Pilgrim/Contracting Officer,
619-830-7337. This is a firm fixed price contract for
Architectural-Engineering Services for Project TP-H-403-M-2, Convert
Electrical Service to 12.47KV, Ocotillo Heights. The services required
include preparation of separate plans, specifications and cost
estimate for converting the electrical distribution system in Ocotillo
Heights from 4.16KV to 12.47KV which shall include but not be limited
to the re-routing of electrical (encompassing removal of series street
lights and converting to multiple-type street lights on standards fed
underground), telephone, television cable and fire reporting systems
from overhead services to an underground system which shall be
coordinate with the future housing configuration. Rework of the
existing 35KV-12.47KV sub-station to incorporate changes made by this
contract and previous contracts. The estimated construction cost for
this project is between $1,000,000 and $5,000,000. If asbestos or
hazardous material is present, the A-E will be required to identify
them and provide for their disposal or treatment in construction plans
and specifications in accordance with applicable rules and regulations
pertaining to such hazardous materials. Specifications will be required
in the SPECSINTACT format. Partnering with the construction contractor
may be required. A-E selection criteria are listed in order of
importance and will include: (1) Recent specialized experience and
technical competence of the firm in the design of underground
electrical distribution systems and upgrading of electrical
distribution systems from 4160 Volts to 12,470 Volts. Do not list more
than a total of 10 projects in Block 8. Indicate point of contact and
telephone number in block 8C for each project listed; (2) Professional
qualifications of the staff assigned to the work; (3) Capacity to
accomplish the work in the required time; (4) Quality Assurance/Quality
Control coordination methods used during the performance of work; (5)
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/quality control procedures and cost control procedures. List
recent awards, commendations and other performance evaluations (do not
submit copies); (6) Location in the general geographical area of the
project and knowledge of the locality of the project; provided, that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the project; (7) Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design; and (8) Use
of Small or Disadvantaged or Women-Owned business firms whether as a
joint venture, teaming arrangement, or subcontractor. The estimated
start date is May 1996. The estimated design completion date is
September 1996. A-E firms which meet the requirements described in this
announcement are invited to submit a completed SF 254 (unless already
on file), a SF 255, and a SF 254 for each consultant listed in block 6
of the firms SF 255 to the office shown above. Firms responding to
this announcement by 4:00 P.M., local time, 26 February 1996, or the
30th calendar day after the date of appearance of this announcement in
the Commerce Business Daily (CBD), whichever is later, will be
considered. Should the due date fall on a weekend or holiday, the
submittal package will be due the first workday there after. Firms
having a current SF 254 on file with this office may also be
considered. This is not a request for proposal. Site visits will not be
arranged during the submittal period. 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 or
not listing which office of multiple office firms completed projects
listed in block 8, etc.) directed by this synopsis may be negatively
evaluated under the selection criteria in which it was requested. 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. 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. (022) Loren Data Corp. http://www.ld.com (SYN# 0032 19960124\C-0014.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|