|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1999 PSA#2455SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- DEVELOP RFP FOR DESIGN BUILD CHILD DEVELOPMENT CENTER, MCAS YUMA
SOL N68711-99-M-6412 DUE 102299 POC MIKE SCHRIEFER, 619.532.3575
e-mail: schriefermk@efdsw.navfac.navy.mil E-MAIL: Click here to contact
the Contract Specialist, schriefermk@efdsw.navfac.navy.mil. This scope
of work is to prepare an RFP for a Design Build contract for a Child
Development Center, project # P-437 under basic contract number
N68711-99-M-6412 as outlined below and as described elsewhere.
Southwest Division Naval Facilities Engineering Command will administer
this contract. This project is located at the Marine Corps Air Station,
Yuma, AZ. The services required will be in accordance with the Guide
for Architectural/Engineering Firms (A-E Guide) dated May 1997,
MIL-HDBK 1190, MIL-HDBK 1037/2A along with criteria and detailed
instruction to be furnished by the Contracting Officer SOUTHWEST
DIVISION, after selection of the best qualified A-E firm. This project
will provide for construction of a 13,000 sf addition to the existing
CDC building, demolition and removal of two (2) temporary buildings,
utility and special security systems extension or tie-in with existing.
Exterior design for new construction can be but is not limited to
cast-in-place concrete foundation and floor slab, stucco covered CMU
exterior walls or integral split face block, wood framed interior walls
or light weight steel studs, framed roof system with built-up bitumen
roofing or standing seamless metal roofing, fire protection system,
HVAC system, seismic design features, utility-tie-in, plumbing,
architectural space utilization, and appropriate site improvements
(fencing, parking lots, play ground modifications, and modifications to
existing facility. Interior configuration will comply with the Child
Development Center Handbook referenced above and shall be required to
be certified by Commander Marine Corps Headquarters. The length of the
contract will be 60 days from the date of the contract award . The
estimated start date is October 26, 1999. The estimated design
completion date is December 28th 1999. The estimated construction cost
is between $1 MIL to $5 MIL. The contract will be negotiated and
awarded on the basis of both engineering documentation and design
services only with an option available to the Government to award
post-construction-award services (PCAS) at a later date. Only authority
for synopsis, slate, and selection is available at this time. A-E
Selection criteria will include (in order of importance): (1) Recent
specialized experience of the firm in the design of Child Development
centers and or projects designed specially for children. (2) 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/quality control procedures and cost control procedures and
indicate effectiveness by listing final A-E estimate, construction
award amount and percentage differential and construction change order
rate for up to five recent projects. List recent awards, commendations
and other performance evaluations (do not submit copies). (3) Location
in the general geographic area of the project and knowledge of the
locality in relation to Yuma Marine Corps Air Station, provided that
the application of this criterion leaves an appropriate number of firms
given the nature and size of this project. (4) 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 of a SF 254 and 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 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 thereafter. Submittal received after this
date will not be considered. Additional information requested of the
applying firms:indicate solicitation number in block 2b, CEC
(Contractor Establishment Code) and/or Duns number (for the address
listed in block 3) and the 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. 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 15 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 15 page limit will not be
included in the evaluation process). Firms 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 andaffiliates of the firm. This is not a
request for proposal. This is an acquisition not to exceed the
Simplified Acquisition Procedure. Telegraphic and facsimile SF 255's
will not be accepted. Site visits will not be arranged during the
submittal period. Posted 10/13/99 (W-SN391333). (0286) Loren Data Corp. http://www.ld.com (SYN# 0017 19991015\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|