|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,1996 PSA#1621SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR STRUCTURAL ENGINEERING SERVICES
FOR VARIOUS LOCATIONS IN THE CA, NV, AZ, AND NM AREAS SOL
N68711-96-D-2231 DUE 072496 POC Samantha Darella/Contract Specialist,
(619) 532-3839, Nancy Trent/Contracting Officer, (619) 532-2853.
Indefinite Quantity Firm Fixed Price Contract. Architectural-
Engineering Services are required for Structural Engineering Services,
including Investigations, Studies, Evaluations and Reports, Design and
Preparation of Construction Contract Documents, Preparation of Cost
Estimates and Construction Contract Support, for various projects
located at various Naval/Marine Corps Activities in the California,
Nevada, Arizona and New Mexico geographic areas for Southwest Division,
Naval Facilities Engineering Command, San Diego, California.
Engineering Services may include Seismic/Structural Design of new
facilities, Seismic/Structural Investigation and Upgrading of existing
facilities, and preparation of Project Documentation for the
construction and/or repair of existing facilities. Coordination with
architectural, civil, survey, mechanical, electrical, geotechnical,
seismological, cost estimating, specifications writing, fire protection
and environmental engineering services incidental to structural designs
may be required in support of individual structural design projects.
The term of the Contract will be 365 calendar days from the date of
initial Contract award or until the $1,000,000 fee limitation is
reached. The estimated start date is September 1996. The Government
reserves the option to extend the Contract for an additional 365
calendar days or until an additional $1,000,000 in fees has been
reached. The minimum guaranteed Contract amount is $25,000. The maximum
Delivery Order size may not exceed $200,000. The A-E Selection Criteria
will include (in order of importance): (1) Recent Specialized
Experience of the firm (including consultants) in structural/seismic
design of new facilities and renovation/retrofit of existing
facilities, including various building types, high bay structures,
weight handling equipment, bridges, towers, tanks, waterfront
structures and associated site utilities improvements. Do not list more
than ten (10) representative projects in Block 8 of DD Form 255.
Indicate which consultants from the proposed team, if any, participated
in the design of each project listed in Block 8. (2) Professional
Qualifications of the staff to be assigned to projects under this
Contract, specifically in the areas of structural/seismic design of new
facilities and renovation/retrofit of existing facilities, including
various building types, high bay structures, weight handling equipment,
bridges, towers, tanks, waterfront structures and associated site
utilities improvements. For the structural portion of the work the
staff to be assigned under this Contract shall be licensed
Structural/Civil Engineers. List only those team members who will
actually perform major tasks under this Contract. Qualifications for
each team member listed shall describe the individual's potential
contributions to projects under this Contract. (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. (0171) Loren Data Corp. http://www.ld.com (SYN# 0016 19960620\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|