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