Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1999 PSA#2268

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

C -- IQ CONTRACT FOR ARCHITECTURAL, STRUCTURAL & CIVIL ENGINEERING SERVICES FOR VARIOUS RENOVATION/REPAIR/NEW CONSTRUCTION PROJECTS IN AZ, NM & CA SOL N68711-99-D-6206 DUE 022299 POC Kathy L. Jones/Contract Specialist, (619) 532-1456, Mark R. Schweer/Contracting Officer, (619) 532-2796 17. Firm Fixed Price Indefinite Quantity Contract. This contract is set-aside for Small Business Administration 8(a) qualified firms located in Region IX and New Mexico only. 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 a Small Business Set-aside procurement. Therefore, responses are being accepted from all Small Business Firms, SBA 8(a) certified firms and small businesses. If adequate competition can be established within the 8(a) certified firms, this proposed contract will be set aside for the 8(a) program and the small business responses will not be evaluated. However, if adequate competition cannot be established within the 8(a) certified firm responses, the procurement will proceed as a Small Business Set-aside Firm Fixed Price Indefinite Quantity contract. Southwest Division, Naval Facilities Engineering Command, San Diego, California is currently seeking Architect-Engineer services for Engineering Studies and Design for the preparation of Drawings and Specifications, for the purpose of bidding and construction of various repair, renovation, and new construction of facilities located at various Naval/Marine Corps activities in Arizona, New Mexico, and Imperial, San Bernardino, Riverside, Inyo, Kern, Mono & Ventura Counties in California, San Nicholas Island, Camp Pendleton and Marine Corps Recruit Depot, San Diego, California. Services are for Architectural, Structural Engineering and Civil Engineering projects involving engineering studies and design for various repair, renovation, and new construction. Projects to be incorporated by delivery order into this contract shall be for the preparation of Designs, Drawings and Specifications for interior/exterior renovation of buildings or structures, seismic upgrades, site work, grading, paving, utility systems upgrade, asbestos and lead paint abatement and new construction of various projects. The lead discipline shall be either Architectural or Civil Engineering with the support of all required disciplines. The use of SPECSINTACT system for producing, editing and processing construction specifications will be required. The use of computer aided design and drafting to produce construction drawings will be required. Projects may be required in either English or Metric units of measurement. The term of the contract will be 365 calendar days from the date of the contract award, or until the $1,000,000 limit is reached. The Government has the option to extend the contract for an additional 365 calendar days, or until an additional $1,000,000 limit is reached. The A-E fee for any single delivery order shall not exceed $500,000. The A-E fee for any single delivery order shall be a minimum of $5,000. The estimated start date is April, 1999. The estimated completion date is April, 2000. If the Government exercises the option to extend the contract, the total amount of the contract shall not exceed $2,000,000. The minimum guarantee shall be $5,000 for the base year. A-E selection criteria will include (in order of importance): (1) Professional Qualifications of the staff and consultants to be involved in the preparation of Designs, Drawings and Specifications with experience in meeting concurrent fast-track design schedules, interior/exterior renovation of buildings or structures, repair and new construction projects including, but not limited to, life safety, utilities, seismic reinforcement, geotechnical engineering, site surveys, site investigations, cost estimating and economic analyses required to develop and define actual costs of construction, and design of projects using metric measurements. Also, include experience with the ability to coordinate various architectural and engineering disciplines and the various aspects of phasing construction to accommodate occupied or unoccupied facilities. Demonstrate specific experience in identification and design for the removal of asbestos and lead-based paint. Demonstrate working knowledge and experience with current environmental laws and regulations applicable to construction projects including, but not limited to, biological, archaeological, and cultural constraints and Title 22, RCRA, and CERCLA. Include experience coordinating with various environmental regulatory agencies. Indicate experience with design in high/low desert, snow, mountains, and coastal regions. List only team members who will actually perform major tasks under this contract. Qualifications should address each individuals specific contribution to the efforts contemplated by this contract. . (2) Recent (less than five years) Specialized Experience of the firm (including consultants) in the preparation of Designs, Drawings and Specifications for renovation, repair and new construction for various facilities at several locations. The work will include, but not be limited to, design and preparation of contract documents for interior/exterior renovation of buildings or structures, repair and new construction projects, including site surveys, site investigations, cost estimating and economic analyses required to develop and define actual costs of construction, including special costs for fire protection and life safety systems, utilities, seismic reinforcement, and geotechnical engineering requirements, and design of projects using metric measurements. This work will require the ability to coordinate various engineering disciplines and the various aspects of phasing construction to accommodate occupied/unoccupied facilities. Projects may also require the identification and design for the removal of asbestos and lead-based paint. Demonstrate the firm's successful track record of the proposed team on recent projects. Do not list more than ten (10) projects in Block 8 of the SF 255. Indicate which consultants from the proposed team, if any, participated in the preparation of designs, drawings and specifications for each of the projects listed in Block 8. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Provide details of the firm's internal quality control/assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. Provide a matrix of A-E estimate of construction, construction award, percentage differential, and total number of design related change orders during construction with costs for these design related change orders for the last five projects. Specific examples must be cited in Block 10 of the SF 255. List recent awards, commendations and other performance evaluations (do not submit copies). (4) 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 provide specific information on the firm's recent track record in meeting production schedules. Indicate prior security clearances. (5) Demonstrated success incorporating the use of recovered materials and achieving waste reduction and energy efficiency in designs. For the purpose of the Slate/Selection process there are no exclusions for recovered material. (6) Location in the general geographic area of the projects and knowledge of the locality of the projects, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of the project. (7) Volume of work. Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting equitable distribution of contracts among qualified A-E firms. 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 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 Standard Time on 22 February 1999. Submittals received after this date and time will not be considered. Additional information requested of applying firms: Indicate solicitation number in block 2b, Duns number (for the address listed in block 3) and TIN number in block 3, telefax number 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 directed by this synopsis (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.) 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 SF255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered Note(s) 6 & 24. Posted 01/21/99 (W-SN290207). (0021)

Loren Data Corp. http://www.ld.com (SYN# 0020 19990125\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page