Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,2000 PSA#2511

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

Y -- CONSTRUCTION OF STRUCTURES & FACILITIES FOR A&E SERVICES WITHIN THE ORANGE, LOS ANGELES, RIVERSIDE AND SAN DIEGO COUNTIES, CA. SOL N68711-00-D-7002 DUE 020700 POC Contracts Specialist, F. Sulpacio, (619) 532-3070, Contracting Officer, D. LeStage, (619) 532-1301 SOL N68711-00-D-7002 DUE 7 February 2000 POC Flor Sulpacio/Contract Specialist, (619) 532-3070, Dorothy LeStage/Contracting Officer, (619) 532-1301. Firm Fixed Price negotiated for each delivery order. DESCRIPTION: ATTENTION 8(a) CERTIFIED FIRMS AND UNRESTRICTED FIRMS. This proposed contract is set-aside for 8(a) certified firms. 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 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 of the 8(a) program and the unrestricted responses will not be evaluated. However, if adequate competition cannot be established within 8(a) certified firms, the procurement will proceed as unrestricted. This will be a Firm Fixed Price Delivery Order Contract with fixed unit prices within the range of $5,000.00 to $ 150,000.00. Architect-Engineer (A/E) services are required for design of and preparation of plans, specifications, and cost estimates for the purpose of bidding and construction, and the preparation of engineering documentation, studies, reports, surveys, field and subsurface investigations, cost estimates, and calculations. Projects will design and engineering services for the rehabilitation and alteration of single and multi-story, steel and wood framed, concrete and masonry structures for general administrative, industrial, recreational, and/or residential type facilities, and laboratories, waterfront structures and magazine bunkers. The projects will require interior and exterior architectural renovation, structural modification and seismic retrofit, waterproofing, site work, parking and road access, utility systems design and upgrade, and environmental reports including asbestos and lead abatement. The A-E will be required to conduct extensive on-site investigations to obtain data for design. During field investigation there is a chance of encountering asbestos, hazardous waste, lead-based paint and pollution abatement work. Construction specifications will be required in the SPECSINTACT format. Construction drawings will be required in an electronic format convertible to AutoCAD R14. The initial project will be to provide design and engineering services for the demolition of an elevated water tower and installation of a new water tower. Project will include installing a dedicated water line from city connection that will fill the new elevated water tower via a new booster pump station. The estimated start date for this construction project is April 2001 and the estimated completion date is November 2001. The estimated construction cost of the project is between $500,000.00 and $1,000,000.00, and the estimated construction cost for follow on projects ranges between $50,000 and $1,500,000. The total A-E fee for the contract shall not exceed $350,000 and no Delivery Order shall exceed $150,000. The contract will be for a period of one year or until the $350,000 limit is reached, whichever comes first. A second year option for an additional $350,000 may be exercised at the discretion of the government. The contractor shall provide these services at the Seal Beach Naval Weapons Station, Seal Beach, California and Naval Weapons Station Fallbrook Detachment, Fallbrook, California. The contract will be awarded as a firm fixed-price contract. A/E selection criteria will include (in order of importance): (1) Recent specialized experience and technical competence of the firm and/or proposed consultants, especially within the last five years, in the design of administrative, industrial, recreational, and/or residential type facilities relating to architectural rehabilitation and alteration of existing buildings and structures, new construction, seismic strengthening, earthwork and paving, mechanical and electrical systems design and upgrade in California.Indicate recent specialized experience and technical competence that included investigation, evaluation and definition of hazardous waste (such as asbestos and lead containing materials) for removal and disposal. Indicate recent specialized experience and technical competence in the design retrofit of historic buildings. Do not list more than 10 projects in Block 8. Indicate which consultants, from the proposed team, if any, participated in the design of each project. (2) Professional qualifications and capabilities of the staff to be assigned to this project. Include recent experience, especially within the last five years, in the design/rehabilitation of administrative, industrial, recreational, and/or residential type facilities, in the architectural, structural, civil, mechanical, electrical, and environmental disciplines. List only the team members who actually will perform major tasks under this project and qualifications should reflect the individual's potential contributions to this project. (3) Pastperformance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate effectiveness by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. Indicate effectiveness by listing budgeted/estimated construction costs, award amount, final design estimate and construction change order rate for up to five recent projects; and list recent awards, commendations and other performance evaluations (do not submit copies). (4) Proximity of A-E office to NWS Seal Beach and familiarity of area and local regulations. (5) Capacity to accomplish the work in the required time; indicate the firms present workload and the availability of the project team (including consultants) for the specified contract performance period; and indicate specialized equipment (6) Use of the following types of businesses: list the small, small disadvantaged, woman-owned, and Historically Underutilized Business (HUB) Zone small business firms used as primary consultants or as sub-consultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum 5% small disadvantaged business, 5% to women-owned business, 5% to historically black colleges and universities and minority institutions, and 1.5% to HUB Zone small business of the amount to be subcontracted out. (7) Volume of work previously awarded by the Department of Defense (DOD) to the firm with the object of effecting equitable distribution of contracts among qualified architect-engineer firms. (8) Provide demonstrated success in prescribing the use of recovered materials, achieving waste reduction, and energy efficiency in facility design. 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 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 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. It is requested that interested firms list amount and date of all DOD fees awarded during the last 12 months in Block 9 of the SF255. Also, list prior names your firm has used in the past three years, including the parent company, branch offices, affiliates association and subsidiaries. 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 will be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed thirty (30) printed pages (a double sided page will count as two pages/organizational charts and photographs are excluded from the count with the exception that a photograph 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 thirty page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than 5 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. See Note 24. In the event of conflict between Note 24 and the narrative of this synopsis, the narrative takes precedence. 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, an offeror may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The Standard Industrial Code for this procurement is 8711 and the annual size standard is $4,000,000.00. Posted 01/05/00 (W-SN413366). (0005)

Loren Data Corp. http://www.ld.com (SYN# 0102 20000107\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page