|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1999 PSA#2351Officer in Charge of Construction, Marine Corps Logistics Base, Box
110198, Barstow, CA 92311-5050 C -- ARCHITECTURAL/ENGINEERING SERVICES FOR RENOVATION/REPAIR/MINOR
CONSTRUCTION FOR VARIOUS PROJECTS, MARINE CORPS LOGISTICS BASE,
BARSTOW, CA SOL N68711-99-R-2011 DUE 061899 POC Charlene Sterling,
Contract Specialist, (760) 577-6421 WEB: Solicitation N68711-99-R-2011,
www.efdsw.navfac.navy.mil. The contract covers the furnishing of design
and engineering services for the preparation of plans, specifications,
and cost estimates for the purpose of bidding and construction of
various renovation/repair projects for administrative, non-industrial
buildings and light industrial buildings, including warehouses, and
troop support type buildings, such as housing and recreational
buildings. Project will include renovation/repair/additions to the
interiors and exteriors of the buildings (including roofing systems,
plumbing, mechanical and electrical systems); structural modifications;
renovation/repair of interior systems in the buildings such as fire
protection, fir alarm and communication systems; replacement/upgrade of
base utility system such as to buildings and other services as
required; surveying work to site facility improvements, roads, streets,
railroad, and other survey work as required; repair/modifications to
building site to include replacement of parking pavement and
landscaping improvements; civil site work to determine presence of any
hazardous materials, with abatement of the hazardous materials in
accordance with state and federal regulations; and seismic analysis of
existing structures for conformance with current codes will be
required. Design may have to provide for the project construction in
occupied spaces. The use of SPECSINTACT system for editing, metrics
unit of conversion in drawings, processing and production of
construction specification utilizing Naval Facilities Guide
Specifications will be required. The use of computer aided design and
drafting will be required. Provide for electronic bid solicitations,
and electronic signatures to drawings and specifications. The duration
of the contract will be for 365 days from the date of an initial
contract award or until the maximum amount of $480,000 is reached. No
single delivery order will exceed $200,000. The Government has the
option to extend the contract for an additional 365 days or until an
additional $480,000 is reached. If the Government exercises the option
to extend the contract, the total amount of the contract shall not
exceed $960,000. The estimated start date is July 1999. The minimum
design fee will be $10,000. Selection will be based on the following
criteria which are numbered in order of importance. NOTE: The A-E must
demonstrate his and each key consultant's qualifications with respect
to the following evaluation factors: (1) Specialized experience of the
firm (including consultants) in the performance of
repair/renovation/addition type work for administrative and light
industrial type buildings as detailed above. Do not list more than a
total of 10 projects in Block 8 of the SF255. List shall include start
date and completion date of each project. Specifically, relate this
experience to the proposed staff for the performance of this work. (2)
Professional qualifications of the staf proposed for this contract in
the performance of repair/renovation/addition work for administrative
and light industrial type buildings as detailed above. (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 briefly by describing internal quality
and cost control procedures and indicate team members who are
responsible for monitoring these processes. List any recent performance
evaluations or awards received (do not submnit copies). Also list a
minimum of three (3) projects, from those in criteria 1. The list must
include estimated cost, actual cost and dollar amount of change orders
for each project. (4) Capacity to accomplish the work in the required
time. Indicate firm's present workload, including workload of any
consultants to be utilized, and availability of the personnel
anticipated to be utilized for this contract. (5) Location in the
general geographical area of the project and knowledge of the locality
of the project. (6) List the small or disadvantaged or woman owned
firms, used as primary consultants or as subconsultants. (7) The volume
of work previously awarded to the firm by the Department of Defense
shall also be considered, with the object of effecting an equitable
distribution of Department of Defense Architect-Engineer firms. Those
firms, which meet the requirements described in this announcement and
wish to be considered, must submit an SF255 to the following address:
Officer in Charge of Construction, Marine Corps Logistics Base, Box
110198, Barstow, CA 92311-5050. In Block 10 of the SF255, discuss why
the firm is especially qualified based upon synopsized evaluation
factors and provide evidence that your firm is permitted by law to
practice the professions of architecture and engineering (i.e. state
registration number). Clearly show the office location where work will
be done. Use Block 10 of the SF255 to provide any additional
information desired. One copy of the SF255 is to be received in this
office no later than 3:30, Pacific Time, 18 June 1999. SF255's received
after this date and time will not be considered. Submit a SF254 only if
you have not done so in the past year. Submit SF254 for each consultant
proposed. SF255's shall not exceed 30 printed pages (double sided is
two pages/organizational charts and photographs excluded, exception
that photographs with text will be considered as one page). All
information must be included on the SF255 (cover letter, other
attachments and pages in excess of the 30 page limit will not be
included in the evaluation process). Additional information requested
of the applying firms: Indicate contract number in Block 2b, CEC Code
(formerly DUNS) and TIN Numbers in Block 3, telefax number (if any) in
Block 3a, prior names your firm has used in the past three years,
including parent company, branch offices, affiliates, associations, and
subsidiaries in the appropriate block. Personal interviews may not be
scheduled prior to selection of the most highly qualified firm. Firms
not providing the requested information directed by this synopsis may
be negatively evaluated. Firms,which design or prepare documents 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. The proposed contract listed here is
unrestricted. 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. Posted 05/19/99 (W-SN333289).
(0139) Loren Data Corp. http://www.ld.com (SYN# 0014 19990521\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|