Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1999 PSA#2360

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

C -- REGIONAL A-E MULTI-DISCIPLINE CONTRACT FOR ARCHITECTURAL ENGINEERING, STRUCTURAL ENGINEERING, CIVIL ENGINEERING AND LANDSCAPE ARCHITECTURE FOR VARIOUS LOCATIONS IN CA, NV, AZ, UT AND NM SOL N68711-99-D-6638 DUE 070699 POC Amy Jeli, Contract Specialist, (619) 532-3385 WEB: click here to view synopsis, http://www.efdsw.navfac.navy.mil/home.htm. E-MAIL: click here to contact the Contract Specialist, jelial@efdsw.navfac.navy.mil. ATTENTION 8(a) CERTIFIED FIRMS AND UNRESTRICTED FIRMS. This proposed contract is set-aside for 8(a) Certified Firms in regions 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 firms establishes adequate competition), the solicitation will become Unrestricted. Therefore responses are being accepted from all firms, SBA 8(a) certified firms as well as unrestricted firms. 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 Unrestricted. Firm Fixed Price/Indefinite Quantity Contract. The Southwest Division, Naval Facilities Engineering Command, San Diego, California is currently seeking services for architectural engineering, structural engineering, civil engineering, and landscape architecture to perform engineering studies, designs, and preparation of design-build request for proposal (RFP) for the purpose of bidding construction for various repair, alteration, maintenance, and new construction projects within California, Nevada, Arizona, Utah, and New Mexico. The lead discipline shall be a registered Architectural, Structural, or Civil Engineering firm. The term of the contract will be 365 calendar days from the date of contract award, or until the $2,500,000 limit is reached. The Government has the option to extend this contract for an additional 365 calendar days, or until an additional $2,500,000 is reached or a total not to exceed amount of $5,000,000 in two years. The minimum guarantee is $5,000 for the base year. The A-E fee for any single delivery order may not exceed $500,000. The estimated start date is August 1999. The estimated completion date is August 2000. If the Government exercises the option to extend the contract, the total amount of the contract shall not exceed $5,000,000. A-E selection criteria will include (in order of importance): (1) Recent Specialized Experience of the firm (including consultants) in the preparation of engineering studies, designs, and preparation of design-build request for proposal (RFP) writing for the purpose of procuring construction for various repair, alteration, maintenance, and new construction projects. The work should include interior/exterior renovation/repair of buildings or structures design services or RFP writing services that require the ability to coordinate various architectural/construction. Additionally, the work should include structural investigations, studies and recommendations for seismic evaluation and upgrade of existing facilities and or structures; preparation of design-build request for proposal (RFP) writing for the purpose of procuring construction; utility improvements, site improvements; general landscape and irrigation projects; life safety, site surveys, site investigations, cost estimating, and economic analysis required to develop and define actual costs of construction projects using metrics. This work will require the ability to coordinate various engineering disciplines and the various aspects of phasing construction to accommodate occupied/unoccupied facilities. Projects may also require the identification and removal of asbestos and lead-based paint. Demonstrated experience in applying sustainability concepts and principles. Do not list more than a total of ten (10) projects in Block 8. Indicate which consultants for the proposed team, if any participated in the preparation of the projects list by your firm. (2) Professional qualifications of the staff and consultants associated with the experience in the preparation of engineering studies, designs, and preparation of design-build request for proposal (RFP) writing for the purpose of procuring construction for various repair, alteration, maintenance, and new construction projects. The work should includeinterior/exterior renovation/repair of buildings or structures design services or RFP writing services that require the ability to coordinate various architectural/construction. Additionally, experience with Structural Investigations, Studies and recommendations for seismic evaluation and upgrade of existing facilities and or structures; preparation of design-build request for proposal (RFP) writing for the purpose of procuring construction; utility improvements, site improvements; general landscape and irrigation projects; life safety, site surveys, site investigations, cost estimating, and economic analysis required to develop and define actual costs of construction projects using metrics. List only the team members who will actually perform major tasks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. Qualifications should also show knowledge in applying sustainability concepts and principles. (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 and how you insure the quality of work from subcontractors. List recent awards, commendations, and other performance evaluations (do not submit copies). (4) Location in the general geographic area of naval and Marine Corp bases within the locality of the States listed within this solicitation, 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. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency for renovation and facility design. (7) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Disadvantaged Business and 5% Woman Owned Small 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 PM Pacific Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. 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 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. In accordance with DFAR 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The Standard Industrial Code is 8711 and the annual size standard is $2.5 million. Note 24 applies. Posted 06/02/99 (W-SN338173). (0153)

Loren Data Corp. http://www.ld.com (SYN# 0027 19990604\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page