|
COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- ARCHITECT ENGINEERING SERVICES FOR RENOVATION/REPAIR OF VARIOUS
FACILITIES SOL N68711-00-D-0212 DUE 060900 POC Diana L. Price (619)
532-2439 WEB: Southwest Division Naval Facilities Engineering Command,
http://www.efdsw.navfac.navy.mil/pages/Index.htm. E-MAIL: Click here
to contact the contract specialist via, pricedl@efdsw.navfac.navy.mil.
Regional Indefinite Delivery Indefinite Quantity Architectural
Engineering Services for Design, and for the Preparation of drawings
and specifications for various projects located within California,
Arizona, Nevada and New Mexico for Southwest Division, Naval Facilities
Engineering Command, San Diego, California Southwest Division is
currently seeking a Firm Fixed Price/Indefinite Quantity Contract for
Architectural services. These services will be for the design and
preparation of drawings and specifications for the purpose of bidding
and construction for renovation and repair of facilities and structures
as identified below. Documents prepared by the Architect under this
Contract may be utilized for either Design/Bid/Build or Design/Build
acquisition strategies. The lead discipline shall be a registered
Architect. The terms of the contract will be 365 calendar days from the
date of contract award, or until the initial $2,500,000 design fee
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
design fee is reached, or a total not to exceed amount of $5,000,000
in two years. The minimum guaranteed fee is $5,000 for the base year.
The A-E fee for any single delivery order shall not exceed $500,000.
The estimated start date is August 2000. The estimated completion date
is August 2001. A-E selection criteria will include (in order of
importance): (1) Recent Specialized Experience of the firm (including
consultants) in the preparation of architectural/engineering design
documents for all items listed in Schedule A for the purpose of bidding
and awarding Design/Bid/Build construction contracts and/or development
of performance criteria for Design-Build RFPs. In addition, the firm
may be required to furnish design services for all items listed in
Schedule B: Use of metric systems of measurement may be required. The
firm must have experience with coordination of design disciplines for
phased construction, including occupied/unoccupied and fast track
projects. Projects may also require the identification of asbestos and
lead-based paint. Do not list more than a total of ten (10) projects
in Block 8 of SF Form 255. Indicate which consultants for the proposed
team, if any, participated in the preparation of design documentation
for the projects listed. (2) Professional qualifications of the
proposed staff and consultants in the preparation of
architectural/engineering design documents for all items listed in
Schedule A for the purpose of bidding and awarding Design/Bid/Build
construction contracts and/or development of performance criteria for
Design-Build RFPs. Proposals shall include experience in the design of
all items listed in Schedule B. Proposals shall include experience in
the use of metric systems for measurement. Proposals shall demonstrate
knowledge and experience in applying sustainability concepts and
principles to facilities and infrastructure through an integrated
design approach, including: energy conservation, pollution prevention,
the use of recovered and recycled materials, waste reduction, and
construction waste management practices. 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. Schedule A: 1) interior/exterior
renovations/alterations, 2) food service design, 3) repair and minor
construction projects, 4) structural investigations and 5) seismic
evaluations. Schedule B: 1) utility improvements, 2) site improvements,
3) general landscape and irrigation projects, 4) life safety, 5) site
surveys, 6) site investigations, 7) cost estimating, and 8) economic
analysis required to develop and define actual costs of construction
projects. (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 effectiveness by
listing budget/estimated construction cost, award amount, final design
estimate, and construction change order rate for at least five recent
projects. Briefly describe 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 Corps bases within
California, Arizona, Nevada and New Mexico. This criterion only applies
if the appropriate number of firms remain 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) List the small, disadvantaged,
woman-owned business, or HUBZone small 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 Business, 5% Small Disadvantaged
Business, 5% Woman Owned Small Business and 1.5% HUBZone Small
Business, of the amount to be subcontracted out. Those firms which meet
the requirements described in this announcement and who wish to be
considered, must submit one copy each of a SF 254 and 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 considered to
be 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 totalof 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 specification 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
DFARS 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 $4 million. See Numbered
Note(s) 24, 26.***** Posted 05/09/00 (W-SN453130). (0130) Loren Data Corp. http://www.ld.com (SYN# 0017 20000511\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|