|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1997 PSA#1816SOUTHWESTNAVFACENGCOM (Code 621), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR A-E SERVICES FOR SEISMIC AND
SAFETY EVALUATIONS OF EXISTING BLDGS, GEOLOGIC/SITE HAZARD STUDIES AT
VARIOUS LOCATIONS IN THE WESTERN U.S. AND ALASKA SOL N68711-97-D-8131
DUE 050897 POC Cassey Sheppard/Contract Specialist, (619) 532-1021,
Maria J. Williams/Contracting Officer, (619) 532-2867. Indefinite
Quantity/Firm Fixed Price. Architectural-Engineering Services are
required for Structural Engineering Services, including Investigations,
Seismic Evaluations, Engineering Studies, Geologic/Site Hazard Studies,
preparation of Special Project or MILCON documentation (DD Form 1391),
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 Western United States for Southwest Division, Naval
Facilities Engineering Command, San Diego, California. Engineering
Services may include Preliminary and Detailed Seismic Evaluations of
existing facilities using, but not limited to, guidelines set forth in
FEMA 178 (NEHRP Handbook for Seismic Evaluation of Existing Buildings)
and ICSSC RP4/NIST 5382 (Standards of Seismic Safety for Existing
Federally Owned or Leased Buildings and Commentary), and preliminary
and detailed Geologic/Site Hazard Studies using Section 6, Appendix A,
ATC-26-1 (Assessment of Earthquake-Related Geologic Phenomena). Also
included is Seismic/Structural Design of new facilities and upgrading
of existing facilities, and preparation of Project Documentation for
construction and/or repair of existing facilities. Coordination with
architectural, civil, survey, mechanical, electrical, geotechnical,
seismological, cost estimating, specification writing, fire protection
and environmental engineering services incidental to evaluations and
structural designs may be required in support of individual structural
design projects. The term of the contract will be 365 days from the
date of initial Contract award or until the $2,000,000 fee limitation
is reached. After the first 365 days, the Government has the option to
extend this contract for an additional 365 days or until an additional
$2,000,000 is reached. If the Government exercises the option to extend
the contract, the total amount of the contract shall not exceed
$4,000,000. The minimum guaranteed Contract amount is $50,000. The
maximum Delivery Order amount may not exceed $300,000. The estimated
start date is June 1997. The A-E selection criteria will include (in
descending order of importance): (1) Recent specialized experience of
the firm and/or proposed consultants in: performing Preliminary and
Detailed Seismic Evaluations of existing facilities using guidelines
set forth in FEMA 178 (NEHRP Handbook for Seismic Evaluation of
Existing Buildings) and ICSSC RP4/NIST 5382 (Standards of Seismic
Safety for Existing Federally Owned or Leased Buildings and
Commentary), and in performing preliminary and detailed Geologic/Site
Hazard Studies using Section 6, Appendix A, ATC-26-1 (Assessment of
Earthquake-Related Geologic Phenomena). Also included is
Seismic/Structural 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 a total of 10 representative projects in Block 8 of
SF Form 255. Include point of contact, name and phone number in Block
8c for each project listed. Indicate which consultants from the
proposed team, if any, participated in the seismic evaluations and/or
design of the project listed in Block 8. (2) Professional
Qualifications and capabilities of the staff to be assigned to projects
under this Contract. Recent demonstrated experience of the team,
specifically in the areas of performing preliminary and detailed
seismic evaluations of buildings using FEMA 178 and ICSSC RP4/NIST
5382, Geologic/Site Hazard studies using Section 6, Appendix A,
ATC-26-1, and 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. List only the team members who actually will perform
major tasks under this contract. (3) Past performance on contracts with
government agencies and/or private industry in terms of cost control of
projects, cost effectiveness of the repair solution, quality of work
and compliance with performance schedules. Indicate by briefly
describing internal quality assurance/quality control procedures 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, provided that the application of this criterion leaves an
appropriate number of firms given the nature and size of this project.
(5) Capacity and ability to accomplish the work in the required time.
Capability of handling multiple projects in various locations at the
same time. Indicate the firm's present work load and availability of
the staff (including consultants) to be assigned to this contract for
the specified performance period and indicate specialized equipment
available and prior security clearances. (6) List the small or
disadvantaged or women-owned business firms used as primary consultants
or as sub-consultants. 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 firm's SF 255. One copy of the
submittal package is to be received in this office no later than 3:00
P.M. Pacific Time of the due date indicated above or the 30th calendar
day after the date of appearance of this announcement in the Commerce
Business Daily (CBD), which ever is later. Should the due date fall on
a weekend or a holiday, the submittal package will bedue 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 are excluded, exception: photographs with text will be
considered as one 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 which
design or prepare specifications for a construction contract or a
procurement of supplies cannot provide the construction or supplies.
Firms which prepare NEPA documentation cannot participate in the
concurrent design/construction management contract. This limitation
also applies to subsidiaries and affiliates of the firm. This is not a
request for proposal. Firms not providing the requested information in
the format requested (i.e. listing more than a total of 10 projects in
block 8, not providing a brief description of the quality
assurance/quality control procedures, not listing which office for
multiple office firms completed projects listed in block 8, etc.)
directed by this synopsis may be negatively evaluated under selection
criteria (3). 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. (0091) Loren Data Corp. http://www.ld.com (SYN# 0026 19970403\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|