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