|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1998 PSA#2197SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 Y -- CONSTRUCTION OF STRUCTURES AND FACILITIES SOL N68711 DUE 081112
POC flor sulpacio, northbay aft contracts, (619) 532-3070, dorothy
lestage, contracting officer, (619) 532-1301 Firm Fixed Price.
Architect-Engineer services are required for the design of and
preparation of plans and specification for the purpose of bidding and
construction of a 10,729 square foot, Fleet Hospital Operations and
Training Center at USMC Camp Pendleton, CA. This unit is required to
provide permanent administrative spaces, computer classrooms,
conference room, training facilities, fire protection, HVAC, water and
electrical utilities and landscaping. Involved in the design is the
preparation of Operation and Maintenance Support Information (OMSI)
manuals during construction. The estimate start date is January 1999.
The estimated completion date for design is June 2000. The estimate
cost of construction is between $2,000,000 and $4,000,000. A/E
selection will include (in order of importance) (1) Recent specialized
experience of the firm, current staff and proposed consultants in the
design and preparation of plans and specifications for Defense Medical
Facilities Offices. Design experiences to include administrative
offices, military commands and control space, training and educational
space for field triage, supply and operational space along with a
strong hospital and/or major medical clinic design background. (2)
Professional qualifications of the staff to be assigned to this project
in the design and production of construction documents for hospitals.
List only the team members who actually will perform major tasks during
the design and production of construction documents for this project.
Qualifications should reflect the individual's potential contribution
to this project. (3) Past performance on contracts with government
agencies and private industries in terms of cost control, quality of
work and compliance with performance schedules. Indicate by briefly
describing internal quality assurances and cost control procedures and
indicate team members who are responsible for monitoring these
procedures. 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 applicant 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. (6) Demonstrated success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility design. (7) This design should not include small and/or
disadvantages businesses. The firm selected will be required to submit
a subcontracting plan that should reflect a minimum 5% Small
Disadvantaged Business of the amount to be subtracted out. Those firm
which meet those 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 to the submittal 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 blocks 2b,
CEC (Contractor Establishment Codes) 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 and additional information desired. Personal interviews
may not be scheduled prior to selection of the most highly qualified
firm. SF 255s 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 selections criteria (3). Firms, their subsidiaries or affiliates,
which design or prepare specification for a construction contract or
procurement of supplies cannot provide the construction or supplies.
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. See numbered Note 24. Posted 10/06/98 (W-SN259734).
(0279) Loren Data Corp. http://www.ld.com (SYN# 0122 19981008\Y-0010.SOL)
Y - Construction of Structures and Facilities Index Page
|
|