|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612Officer in Charge of Construction, Marine Corps Logistics Base, Box
110198, (Building 198), Barstow, CA 92311-5050 C -- ARCHITECTURAL-ENGINEERING SERVICES FOR VARIOUS STRUCTURAL
PROJECTS AT THE MARINE CORPS LOGISTICS BASE, BARSTOW, CA Sol
N68711-96-R-3107. Contact Contract Specialist, Susan Welch,
619-577-6421, or Contracting Officer, Pamela Kidder, 619-577-6453.
Architect-Engineering Services for Structural Projects, Marine Corps
Logistics Base, Barstow, CA SOL N68711-96-R-3107 POC Ms. Susan Welch,
Contract Specialist, (619) 577-6421 or Ms. Pamela Kidder, Contracting
Officer, (619) 577-6453. Services include, but are not limited to
design and engineering services for structural projects associated
multi-discipline architect-engineering support services for project
engineering documentation; preliminary and final design plans and
specifications; construction cost estimates for the purpose of bidding
and construction of various structural engineering services of
administration buildings, light industrial buildings, housing, Bachelor
quarters, Morale Welfare and Recreation. The initial project will be to
extend Building 322 for Compressed Natural Gas vehicles to accommodate
the repair and preventative maintenance of same. The structural
engineering for various projects shall include: modification of
exterior and interior building structures, roof trusses, seismic
analysis of building structures, bridge crane structures, geometric
structures, tower structures, bearing walls, concrete walls, retaining
walls, foundation works, floor framing and slabs, roof slabs, and
sub-terrain structures. Design may have to provide for the project
construction in occupied spaces and construction may be done in phases.
Some assigned projects may require the use of consultants in other
disciplines related to structural design services. As a part of this
contract lead paint and asbestos assessment may be required to
determine the presence of lead paint and asbestos. Review of contract
submittals, field investigation during construction and preparation of
as-builts may be required. The use of SPECSINTACT system for editing,
processing and producing construction specification using the Naval
Facilities Guide Specifications will be required. The use of computer
aided design and drafting will be required. The selected A-E may be
required to participate in a pre-performance meeting within seven days
of notification and provide a fee proposal within ten days of the
meeting. The contract will be of the Indefinite Quantity type where the
work will be required on a ``as needed'' basis during the life of the
contract providing the contractor and the Government agree on the
amount. The Government will determine the delivery order amounts by
using the rates negotiated and negotiate the effort required to perform
a particular project. The contract shall not exceed 365 days or $99,000
total fee, whichever comes first. The Government guarantees a minimum
amount of $10,000. No single delivery order will exceed $50,000. The
Government reserves the option to extend the contract for an additional
365 days or until an additional $99,000 is reached. If the Government
exercises the option the contract shall not exceed $198,000. Estimated
date of contract award is August 1996. The following selection
evaluation criteria, in relative order of importance, will be used in
the evaluation of A-E firms: (1) Professional qualifications of the
firm and staff proposed for the satisfactory performance of A-E related
design efforts for modification of administrative and light industrial
facilities, warehouses and bachelor/family housing, Compressed Natural
Gas vehicle facility and related appurtenances as described above.
Evaluation of the proposed staff (to include consultants) under this
criteria will be assessed based upon type and number of registered
professional engineers/architects, years of experience, type and number
of similar design efforts. (2) Recent (less than three years)
specialized experience and technical competence of A-E related design
efforts as stated in criteria (1). (3) Capacity to accomplish the work
in the required time. Indicate firms present workload (including
proposed consultants), projected workload for the contract period,
availability of the proposed staff to be used for this contract, and
provide a matrix of the firms recent track record in meeting production
schedules. (4) Past performance on contracts with Government agencies
and private industry in terms of cost control and quality of work.
Provide details of the firm's internal quality and cost control
procedures. Provided list shall include a matrix of preliminary owners
budget estimate, A-E revised preliminary estimate, final A-E estimate,
construction award amount, percentage differential, and total number of
design related change orders after construction award with costs for
these design related changes for up to five projects. NOTE: Specific
examples must be cited in Block 10 of the SF 255. List any recent
performance evaluation or awards received (do not send copies). (5)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
For the purpose of the Slate and Selection process there are no
exclusions for recovered material. (6) Location in the general
geographical area of the project and knowledge of the locality of the
project; and (7) Volume of Work - Firms will be evaluated in terms of
work previously awarded to the firm by DOD with the objective of
affecting an equitable distribution of DOD A-E contracts among
qualified A-E firms, including small and small disadvantaged business
firms and firms that have not had prior DOD contracts. Evaluation
criteria (1) through (4) are the primary evaluation factors in the
determination of the most highly qualified firm. Criteria (5) and (7)
are secondary factors that will become a consideration in the event
that all firms are considered equal on factors (1) through (4). Those
firms which meet the requirements described in this announcement and
wish to be considered, must submit a SF 255 and a SF 254. In Block 10
of the SF 255, discuss why the firm is especially qualified based upon
synopsized evaluation factors and provide evidence that your firm is
permitted by law to practice the professions of architecture and
engineering (i.e. state registration number). Clearly show the office
location where the work will be done. Use Block 10 of the SF 255 to
provide any additional information desired. One copy of the SF 255 and
SF 254 are to be received by this office no later than 2:00 p.m.
Pacific time, the 30th calendar day after the date of appearance of
this announcement in the Commerce Business Daily. Should the date fall
on a weekend or holiday, the SF 255's and SF 254's will be due the
first workday thereafter. SF 255's and SF 254's received after this
date and time will not be considered. Submit SF 254 for each consultant
proposed. SF 255's shall not exceed 30 printed pages (double sided is
two pages/organizational charts and photographs excluded, exception
that 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). Additional information requested
of the applying firms: Indicate contract number in Block 2b, CEC code
(formerly Duns) and TIN numbers in Block 3, telefax number (if any) in
Block 3a, prior names your firm has used in the past three years,
including parent company, branch offices, affiliates, associations and
subsidiaries in the appropriate block. Personal interviews may not be
scheduled prior to selection of the most highly qualified firm. Firms
not providing the requested information may be negatively evaluated.
Firms which design of prepare documents for a construction contract of
procurement of supplies cannot provide the construction or supplies.
This limitation also applies to subsidiaries and affiliates of the
firm. The proposed contract listed here is unrestricted. This is not a
request for proposal. Telegraphic and facsimile SF 255s will not be
accepted. Site visits will not be arranged during the submittal period.
(156) Loren Data Corp. http://www.ld.com (SYN# 0021 19960607\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|