|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1995 PSA#1415Commanding Officer, Southwest Division, Naval Facilities Engineering
Command, Code 0211, 1220 Pacific Highway, Room 145, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR PREPARATION OF NAVY AND MARINE
CORPS FACILITIES PLANNING DOCUMENTATION IN SOUTHERN CALIFORNIA, ARIZONA
AND NEW MEXICO SOL N68711-95-D-7771 DUE 092595 POC Cassey
Sheppard/Contract Specialist, (619) 532-1198, Nancy Trent/Contracting
Officer, (619) 532-2853. Indefinite Quantity Contract.
Architect-Engineer (A&E) services are required for the preparation of
engineering planning and environmental documents in Southern
California, Arizona and New Mexico, for the Southwest Division, Naval
Facilities Engineering Command, San Diego, CA. The total indefinite
quantity contract shall be for $1,000,000. The minimum guaranteed
amount is $50,000. The term of the contract will be 365 calendar days
from the date of contract award, or until the $1,000,000 limit is
reached. The Government has the option to extend this contract for an
additional 365 calendar days, or until an additional $1,000,000 is
reached. The A-E fee for any single delivery order may not exceed
$500,000. The estimated start date is 1 January 1996. The estimated
completion date is 31 December 1997. Engineering services and the
preparation of planning documents for, Military Construction (MCON),
Repair and Minor Construction, Construction Cost Estimates, Economic
Analysis (EAs), Basic Facility Requirements (BFRs), Facility Planning
Document (FPDs), Engineering Evaluations (EEs), Capital Improvement
Plans (CIPs), Base Exterior Architecture Plans (BEAPs), Traffic
Studies, Siting-Land Use Studies/Analysis, Air Installation Compatible
Use Zones (AICUZ), Range Installation Compatible Use Zones (RAICUZ),
Preliminary Hazard Analyses (PHA), Preliminary Hazard Lists (PHL)
Master Plans and Base Realignment and Closure (BRAC) studies, National
Environmental Protection Act (NEPA) documents. A-E selection criteria
will include (in order of importance): (1) Recent specialized
experience of the firm (including consultants) in the preparation of
Marine Corps and Navy base planning documents including, Activity
Planning and Management Models (APMMs), MCON and repair/minor
construction documentation, construction cost estimates, economic
analyses, BFRs, FPDs, EEs, CIPs, BEAPs, PHAs, PHLs, AICUZs, RAICUZs,
siting-land use studies/analyses, master plans and professional
consulting/planning and environmental services. (2)Professional
qualifications of the staff to be assigned to the project(s) will
include professional and technical support with experience and
knowledge of the preparation of planning documents of criteria #1. List
only the team members who actually will perform major tasks under this
project and their qualifications which should reflect the individual's
potential contributions to this project. (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. List recent awards,
commendations and other performance evaluations (do not submit copies).
(4) Location in the general geographic area of the project and
knowledge of the locality of the project, 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 firms 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
or disadvantaged or woman- owned business firms used as primary
consultants or as subconsultants. 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 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 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 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 the 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. (0230) Loren Data Corp. http://www.ld.com (SYN# 0007 19950821\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|