|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1996 PSA#1520OICC (CODE 02211) NCCOSC RDTE DIVISION 53570 Silvergate Avenue Bldg
A33, San Diego CA 92152-5113 C -- INDEFINITE QUANTITY CONTRACT FOR A-E SERVICES FOR PREPARATION OF
NAVY FACILITIES AND ENVIRONMENTAL PLANNING DOCUMENTATION, NCCOSC RDTE
DIVISION, SAN DIEGO CA SOL N68711-96-D-4209 DUE 022996 POC Contact Ms.
Pat Hickok, Contracting Officer, (619) 553-3854. POC for copy J.C.
Norris, (619)553-4331, FAX (619)553-6976. Indefinite Quantity/Firm
Fixed Price Contract. Architect-Engineer (A-E) services are required
for preparaton of Navy Facilities and Environmental Planning
Documentation at the Naval Command, Control and Ocean Surveillance
Center RDTE Division, Pacific Highway, San Diego, California . Sketches
and drawings shall be compatible for use with the DOS/Windows version
of AutoCad, release 12 or later. Specifications shall be prepared using
the latest version of SPECSINTACT. The term of this contract will be
one calendar year from date of contract award or until the $500,000 A-E
fee limit is reached, whichever occurs first. The A-E fee for any one
project may not exceed $100,000. Under an Indefinite Quantity
Architect-Engineer (A-E) Contract without an initial project,
negotiations are to be conducted for hourly rates for the various A-E
disciplines required, overhead, and other cost elements which are
generally common to this type of contract. Under all other
circumstances, negotiations for each Delivery Order shall be conducted
on the amount of effort involved utilizing the agreed to rates. The
minimum contract amount will be $25,000 in A-E fees. After the first
calendar year, the Government has the option to extend this contract
for an additional year or until an additional $500,000 in A-E fees are
reached. If the Government exercises the option to extend the
contract, the total amount of the contract shall not exceed $1,000,000
in A-E fees. A-E selection criteria, listed in order of importance,
will include (1) Recent specialized experience of the firm (including
consultants) in the preparation of; Acitivity Planning and Management
Models (APMMS), Concept Studies, Military Construction Projects
(MCONs), Basic Facilities Requirements (BFRs), Facilities Planning
Document (FPDs), Economic Analyses (EAs), Engineering Evaluation (EES),
Capital Improvements Plans (CIPs), Base Exterior Architiecture Plans
(BEAPS), Preliminary Hazard Analyses (PHAs), Preliminary Hazards Lists
(PHLs), Siting-Land Use Studies/Analyses, Categorical Exclusions
(CATEXs), Coastal Consistency Determinations (CCDs), Enviromental
Assessments (EAs) and Environmental Impact Statements (EISs),
professional planning and environmental services, and to a minor extent
Repair/Minor Construction projects, and associated construction cost
estimated. Do not list more than a total of 10 projects in Block 8.
Indicate which consultants from the proposed team, if any participated
in the services for each design project; (2) Professional
qualifications of the staff and consultants assigned to the project (s)
will include professional and technical support with experience and
knowledge of the preparation of planning documents of criteria #1. List
only the team members who actually will perform tasks under the
projects to be awarded, and qualifications should reflect the
individuals potential contributions; (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 describing, in detail, internal quality assurance/quality
control procedures and cost control procedures, and indicate
effectiveness by listing owner's preliminary budget estimate, A-E
revised preliminary estimate, final A-E estimate, construction award
amount, and percentage differential and construction change order rate
for up to five projects. List recent awards, commendation and other
performance evaluations (do not submit copies); (4) Location of the
firm in the general geographic location 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; (5) Capacity to accomplish the work in
the required time. Indicate the firms present workload and
availability of the project team (including consultants) for the
specified contract performance period and indicate specialized
equipment available; and (6) List the small or disadvantaged or
woman-owned business firms used as primary consultants or as
subconsultants. Those firms which meet the requirements described in
this announcement and wish to be considered, are invited to mail a
completed SF 254 and 255 for the firm and an SF 254 for each consultant
listed in Block 6 of the firm's SF 255, to the OIC NCCOSC RDTE DIV
(Code 02211, Attn Ms P.A. Hickok), 53560 Hull Street, San Diego, CA
92152-5001. Hand carried submittal packages shall be delivered to the
Bid Office at Bldg. A33, 53570 Silvergate Avenue, San Diego, CA
92152-5113. Include Solicitation Number N68711-96-D-4209 on outside of
package. Firms responding to this announcement by 3:00 P.M., PST, 29
February 1996 will be considered. 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). Do not
include plastic/metal bindings or covers/dividers. On the SF 255 for
firms applying with multiple offices, indicate in Block 4 the number of
personnel, by discipline, for each office in Block 3, 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.
List amount and date of all DOD fees awarded during the last 12 months
in Block 9 of the SF 255 and discuss why the firm is especially
qualified based on the selection criteria in Block 10 of the SF 255.
Firms not providing the information in the format (i.e. listing more
than a total of 10 projects in Block 8, not providing a brief
description of the firm's quality control plan, not listing which
office of multiple office firms completed the projects listed in Block
8, etc.) directed by this synopsis may be negatively evaluated under
selection criteria (3). No construction contract may be awarded to the
firm (or its' subsidiaries or affiliates) that designed the project
except as provided by FAR 36.209. This is not a request for proposal.
No other general notification to firms for other similar design
projects performed under this contract will be made. See Note 24.
(0026) Loren Data Corp. http://www.ld.com (SYN# 0014 19960129\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|