Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1998 PSA#2139

SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR STRUCTURAL ENGINEERING FOR VARIOUS NAVAL AND MARINE CORPS FACILITIES AT VARIOUS LOCATIONS IN CALIFORNIA, NEVADA, ARIZONA AND NEW MEXICO SOL N68711-98-D-5732 DUE 081598 POC Samantha Darella, Contract Specialist, (619)532-3758 or Jay Mathai, Contract Specialist, (619) 532-3856 E-MAIL: Click here to contact the Contracting Officer via, jmathai@efdswest.navfac.navy.mil. ATTENTION 8(A) CERTIFIED FIRMS AND UNRESTRICTED FIRMS: This proposed contract is set aside for 8(a) certified firms in region 8, 9, and 10 (Certified with the U.S. Small Business Administration (SBA)). In the event responses are not adequate to establish competition in accordance with the Brooks Act (3 or more qualified fims establish adequate competition), the solicitation will become an unrestricted procurement. Therefore, responses are being accepted from all firms, SBA 8(a) certified firms and unrestricted. If adequate competition can be established within the 8(a) certified firms, this proposed contract will be set aside for the 8(a) program and the unrestricted responses will not be evaluated. However, if adequate competition cannot be established within 8(a) firms, the procurement will be solicited unrestricted. Indefinite Quantity Firm Fixed Price Contract. Architectural-Engineering Services are required for Structural Engineering Work, which includes the preparation of engineering designs and construction contract documents; structural investigations, reports, studies and evaluations for new and existing facilities at various Navy and Marine Corps facilities located in the California, Nevada, Arizona and New Mexico geographic areas for Southwest Division, Naval Facilities Engineering Command, San Diego, CA. Structural Engineering Services may include preliminary and/or final Structural/Seismic design services for the preparation of construction contract documents for new structures and for the upgrade/renovation of existing facilities. Incidental Architectural, Civil, Surveying, Mechanical, Electrical, Geo-technical, Fire Protection, Cost Estimating, Specification Writing, Environmental Engineering and Seismological services may be required in support of the Structural Engineering Services. Compliance with Federal, State and Local Environmental Protection Requirements may be required in support of the Structural Engineering Services. The term of the Contract will be 365 calendar days from dateof initial Contract award or until the $1,000,000 fee limitation is reached. The estimated start date is September 1998. 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 may not exceed $250,000. 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 the renovation/upgrade of existing facilities, including buildings of all sizes and configurations, high bay structures, long span structures, containment vessels (tanks), blast resistant structures, retaining structures, armories, towers, weight handling equipment, airfield pavements, haz-mat facilities, bridges and marine structures. Do not list more then ten (10) representative projects in Block 8 of DD Form 255. Indicate which consultants from theproposed 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 the renovation/upgrade of existing facilities, including buildings of all sizes and configurations, high bay structures, long span structures, containment vessels (tanks), blast resistant structures, retaining structures, armories, towers, weight handling equipment, airfield pavements, haz-mat facilities, bridges and marine structures. For the structural portion of the work the staff to be assigned under this Contract shall be licensed Structural/Civil Engineers. Qualification 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 firm's 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. 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 that 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 from the count, 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. Posted 07/15/98 (W-SN223826). (0196)

Loren Data Corp. http://www.ld.com (SYN# 0029 19980717\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page