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