Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1999 PSA#2351

Officer 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