|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,1997 PSA#1828SOUTHWESTNAVFACENGCOM (Code 621), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT TO PROVIDE ALL CNP, NEPA, RFP, SEI,
HIS, LEAD PAINT & ASBESTOS TESTING & STUDIES FOR WHOLEHOUSE REPAIR,
NEW FAMILY HOUSING, BQ IN CA, AZ, NM, NV, OR, WA, & UT SOL
N68711-97-D-8129 DUE 052297 POC Cassey Sheppard/Contract Specialist,
(619) 532-1021, Maria J. Williams/Contracting Officer, (619) 532-2867.
Indefinite Quantity/Firm Fixed Price Contract for Architect-Engineer
services are required to provide all necessary Comprehensive
Neighborhood Plans (CNP), Master Plans, Siting/Land Use Studies,
National Environmental Policy Act (NEPA) documentation, Economic
Analysis, Traffic/Transportation Studies, Request for Proposals (RFP),
Site Engineering Investigations (SEI), Housing Investigation Studies
(HIS), Lead Paint and Asbestos Testing and related studies for
Wholehouse repair, New Family Housing, Bachelor Quarters, and
miscellaneous repair/improvement projects. Work will include planning
services, site investigations including surveying, geotechnical, civil
recommendations, landscaping survey/plan, construction support,
graphics, reports, maintenance manuals, cost estimates and related
studies for site work. The RFP's may include roadway
repair/replacement, site drainage and erosion correction, sound walls
and retaining walls, sanitary and storm drain design, topographic and
geotechnical studies, fieldverification, site assessment, floor plans,
and lead/asbestos abatement. The length of the contract will be 365
days from the date of the contract award or until the $2,500,000.00
limit is reached. The Government has the option to renew this contract
for one additional year or until an additional $2,500,000.00 is
reached. If the Government exercises the option to extend the contract,
the total amount of the contract shall not exceed $5,000,000.00. The
A-E fee for any one project may not exceed $500,000.00. The minimum
contract amount will be $50,000.00. The estimated start date is AUGUST
1997. The estimated completion date of the contract is AUGUST 1998.
A-E Selection criteria will include (in order of importance): (1)
Recent specialized experience of the firm (including consultants) in
preparation of Comprehensive Neighborhood Plans (CNP), Master Plans,
Siting/Land Use Studies, National Environmental Policy Act (NEPA)
documentation, Economic Analysis, Traffice/Transportation Studies,
Request for Proposals (RFP), Site Engineering Investigations (SEI),
Housing Investigation Studes (HIS), Lead Paint and Asbestos Testing and
related studies for Wholehouse repair, New Family Housing, Bachelor
Quarters, and miscellaneous repair/improvement projects. Do not list
more than a total of 10 projects in block 8. Include point of contact
and telephone number for each project listed in block 8. Indicate which
consultants from the proposed team, if any, participated in the design
of each project. (2) Professional qualifications of the staff (in
house and/or consultants) to be assigned to this project, recent
specialized experience in preparation of Comprehensive Neighborhood
Plans (CNP), Master Plans, Siting/Land Use Studies, National
Environmental Policy Act (NEPA) Documentation, Request for Proposals
(RFP), Site Engineering Investigations (SEI), Housing Investigation
Studies (HIS), Lead Paint and Asbestos Testing and related studies for
Wholehouse repair, New Family Housing, Bachelor Quarters, and
miscellaneous repair/improvement projects. List only the team members
who actually will perform major tasks under this project and
qualifications should reflect the individuals potential contributions
to this project. (3) Past performance on contracts with government
agencies and/or 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 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 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), whichever is
later. Should the due date fall on a weekend or a 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 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 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). Firms which design or prepare specifications for a
construction contract for 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. 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. (0107) Loren Data Corp. http://www.ld.com (SYN# 0023 19970421\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|