|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1999 PSA#2439SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- IQ CONTRACT FOR A/E SERVICES FOR VARIOUS PROJECTS INVOLVING FIRE
PROTECTION & OCCUPATIONAL SAFETY HAZARD PROGRAMS FOR VARIOUS NAVAL &
MARINE ACTIVITIES IN CA, NV, AZ, AND NM SOL N68711-99-D-6667 DUE 102799
POC Vanessa Schutt, CONTRACT SPECIALIST, (619) 524-3779 WEB: NO RFP
WILL BE ISSUED BUT PLEASE VIEW THE SYNOPSIS,
http://iw/chp/contract/contract.htm. E-MAIL: TO CONTACT THE CONTRACT
SPECIALIST, VANESSA SCHUTT., schuttva@efdsw.navfac.navy.mil. INDEFINITE
QUANTITY CONTRACT FOR ARCHITECT-ENGINEERING SERVICES TO PROVIDE CIVIL
ENGINEERING SERVICES FOR VARIOUS PROJECTS IN CALIFORNIA, ARIZONA,
NEVADA, AND NEW MEXICO GEOGRAPHIC AREA FOR SOUTHWEST DIVISION, NAVAL
FACILITIES ENGINEERING COMMAND, SAN DIEGO, CALIFORNIA. ATTENTION 8(a)
CERTIFIED FIRMS AND UNRESTRICTED FIRMS. This proposed contract is
set-aside for 8(a) Certified Firms in regions 9 and 10 (Certified with
the U.S. Small Business Administration (SBA)) and New Mexico SBA
District. 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
an unrestricted procurement. Therefore, responses are being accepted
from all firms, SBA 8(a) certified and unrestricted. 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
unrestricted responses will not be evaluated. However, if adequate
competition cannot be established with the 8(a) firms, the procurement
will be solicited unrestricted. Firm Fixed Price Indefinite delivery
contract for Architect-Engineering Services are required to provide
civil engineering services including design, surveying, construction
support, reports, cost estimates and related studies for various
projects at various locations at Naval and Marine Corps activities
within California, Arizona, New Mexico, Nevada, and Washington
geographic areas for Southwest Division, Naval Facilities Engineering
Command, San Diego, California. The design may include site
development, erosion control/site drainage improvements, flood
protection, roadway repair/replacement, airfield pavements, trackage
repair/replacement, retaining walls, topographic and geotechnical
studies, environmental testing of soil and water for contamination. The
lead discipline shall be a registered Civil Engineer or Mechanical
Engineer with all required supporting disciplines. The term of the
contract will be 365 calendar days from the date of the contract award
or until the $500,000 limit is reached. The A-E fee for any one
project may not exceed $200,000. If the Government exercises the option
to extend the contract, the total amount of the contract shall not
exceed $1,000,000. The guaranteed minimum for the base year is $5,000.
The estimated start date is Jan 2000 with an option available to the
Government to extend the contract for one additional year. A-E
selection criteria will include (in order of importance): (1) Recent
specialized experience of the firm (including consultants) in the
design of site improvements including roads, airfield pavements, and
flood protection projects for large watersheds, and
geotechnical/environmental testing. Do not list more than a total of 10
projects in block 8. Indicate which consultants from the proposed team,
if any, participated in the services for plans and specifications
preparation for each of the projects listed. (2)Professional
qualifications of the staff and consultants associated with the design
of facilities as listed in (1) above. List only the team members who
actually will perform major tasks under this contract. Qualifications
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
effectiveness by listing budget/estimated construction costs, award
amount, final design estimate and construction change order rate for up
to five recent projects and the 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 in
relation to Naval and Marine Corp locations, provided that the
application of this criterion leaves an appropriate number of firms
given the nature and size of the 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) Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design. (7) List the
small or disadvantaged or woman-owned business firms used as primary
consultants or as subconsultants. 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 or 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. Note 24 applies. Posted 09/21/99 (W-SN382862).
(0264) Loren Data Corp. http://www.ld.com (SYN# 0017 19990923\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|