Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13,1999 PSA#2453

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

C -- A-E SERVICES FOR CNP, NEPA, RFP, SEI, HIS, LEAD PAINT AND ASBESTOS TESTING AND RELATED STUDIES FOR PPV IN CA, AZ, NM, NV, OR, WA AK, AND UT SOL N68711-00-D-0201 DUE 111099 POC Stephen L. Cannon, CONTRACT SPECIALIST, (619) 532-2439 WEB: NO RFP WILL NOT BE ISSUED BUT PLEASE VIEW THE SYNOPSIS, http://www.efdsw.navfac.navy.mil/pages/EBS.htm. E-MAIL: TO CONTACT THE CONTRACT SPECIALIST, STEPHEN L. CANNON, cannonsl@efdsw.navfac.navy.mil. ARCHITECT ENGINEER SERVICES FOR CNP, NEPA, RFP, SEI, HIS, LEAD PAINT AND ASBESTOS TESTING AND RELATED STUDIES FOR PPV, WHOLESITE REPAIR AND NEW FAMILY HOUSING, BACHELORS QUARTERS, FLAG QUARTERS, AND OTHER STRUCTURES IN CALIFORNIA, ARIZONA, NEW MEXICO, NEVADA, OREGON, WASHINGTON, ALASKA AND UTAH. DESC: ATTENTION 8(a) CERTIFIED FIRMS AND UNRESTRICTED FIRMS. This proposed contract is set-aside for 8(a) certified firms. 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 firms and unrestricted. If adequate competition can be established within the 8(a) certified firms, this proposed contract will be set aside of the 8(a) program and the unrestricted responses will not be evaluated. However, if adequate competition cannot be established within 8(a) certified firms, theprocurement will proceed as Unrestricted. This will be a Firm Fixed Price/Indefinite Quantity Contract. Architect-Engineer (A-E) services are required for the preparation of all necessary Request for Proposals (RFP), Economic Analysis (EA), Evaluation Board (EB) Support, Costing Support, Specialty Construction Support and Inspection, Specialty Inspection for Code Compliance, Quality Assurance (QA), Site Engineering Investigations (SEI), Lead Paint and Asbestos Testing, Planning Studies/Plans, Siting/Land Use Studies, National Environmental Police Act (NEPA) Documentation, Traffic Transportation Studies, and related Studies for Public Private Venture (PPV) housing, Wholesite repair and New Family Housing, Bachelor Quarters, Flag Quarters, and miscellaneous Repair/Improvement Projects in California, Arizona, New Mexico, Nevada, Oregon, Washington, Alaska, and Utah for the Southwest Division, Naval Facilities Engineering Command, San Diego, CA. The services may include the preparation of planning documents for NEPA documentation, master-planning documents, facilities planning documents, special environmental studies, traffic studies and air quality studies required for Navy and Marine Corps facilities. These projects will be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The IDIQ contract will have a not to exceed limit of $2,500,000 with the maximum task order amount of $500,000. The guaranteed minimum for the contract is $5,000. The length of the contract shall be for 365 days from the date of the contract award or until the $2,500.000 is reached. The contract will contain an option for one additional year of service. The government may exercise the option earlier than one year from date of initial contract award if the initial $2,500,000 limit is reached within 365 days. If the government exercises the option to extend the contract, the total amount of the contract shall not exceed $5,000,000. The estimated contract start date is December 1999. The estimated contract completion date is December 2001. Work may include Planning Services, Site Investigations (including Surveying), Geotechnical, Civil Recommendations, Landscaping Survey/Plan; Construction Support, Graphics, Reports, Maintenance Manuals, Cost Estimates, and Related Studies for Site Work. The RFPs may include Roadway Repair/Replacement, Site Drainage and Erosion Correction, Sound Walls and Retaining Walls, Sanitary and Storm Drain Design, Topographic and Geotechnical Studies, Field Verification, Site Assessment, Floor Plans, and Lead/Asbestos Abatement. Disciplines required to perform these services may include Architectural, Structural, Mechanical, Electrical, Civil, and Landscape Architect with associated Drafting Requirements. Cost Estimators and Specification Writers may also be required. Field Investigations and Interior Design may be required for some task orders. Firms will be evaluated upon the following selection criteria in order of importance: (1) Recent specialized experience of the firm (including consultants) in providing Request for Proposals (RFP), Economic Analysis (EA), Evaluation Board (EB) Support, Costing Support, Specialty Construction Support and Inspection, Specialty Inspection for Code Compliance, Quality Assurance (QA), Site Engineering Investigations (SEI), Lead Paint and Asbestos Testing, Planning Studies/Plans, Siting/Land Use Studies, National Environmental Police Act (NEPA) Documentation, Traffic Transportation Studies, and related Studies for Public Private Venture (PPV) housing, Wholesite repair and New Family Housing, Bachelor Quarters, Flag Quarters, and miscellaneous Repair/Improvement Projects in California, Arizona, New Mexico, Nevada, Oregon, Washington, Alaska, and Utah. Do not list more than a total of 10 projects in block 8. Include point of contact name and telephone number in block 8c for each project listed. Indicate which consultants from the proposed team, if any participated in the preparation of planning documentation for each project. (2) Professional qualifications of the staff (in-house and/or consultants) to be assigned to the project(s) will include professional and technical support with experience in providing Request for Proposals (RFP), Economic Analysis (EA), Evaluation Board (EB) Support, Costing Support, Specialty Construction Support and Inspection, Specialty Inspection for Code Compliance, Quality Assurance (QA), Site Engineering Investigations (SEI), Lead Paint and Asbestos Testing, Planning Studies/Plans, Siting/Land Use Studies, National Environmental Police Act (NEPA) Documentation, Traffic Transportation Studies, and related Studies for Public Private Venture (PPV) housing, Wholesite repair and New Family Housing, Bachelor Quarters, Flag Quarters, and miscellaneous Repair/Improvement Projects in California, Arizona, New Mexico, Nevada, Oregon, Washington, Alaska, and Utah. List only the team members who actually will perform major tasks under this project and their qualifications which 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/quality control procedures and cost control procedures. Describe the process, the success of the program, and qualifications of key persons responsible. This list of previous contracts should include the name and telephone number of the person who was the point of contact representing the Government or private industry for each contract. Indicate effectiveness by listing change order rate for up to five recent projects. 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 of the project, and familiarity with local codes, ordinances, and developmental criteria, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of the projects. (5) Capacity to accomplish the work in the required time. Indicate the firm's 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) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum goal of 5% Small Disadvantaged Business and 5% to women owned business of the amount for subcontracting opportunities. Those firms which meet the requirements described in this announcement and wish to be considered, must submit three copies each of a SF 254 and SF 255 for the firm and three copies of a SF 254 for each consultant listed in block 6 of the firm's SF 255. 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 or the 30th calendar day after the date of appearance of this announcement in the Commerce Business Daily (CBD), whichever is later. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittal received after this date will not be considered. Additional information requested of the applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for the address listed in block 3) and the 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 of the SF 255. 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). Inclusion by reference to other materials is not acceptable. 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. Firms not providing the requested information in the format (i.e. listing more than 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 that 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. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. Contractors must be registered in the Central Contractor Registration Database in order to be eligible for award. Criteria stated in this announcement, as evaluation factors shall take precedence over any information contained in Note 24. See Notes 6 and 24. This is not a request for proposal (RFP). . For inquires contact Steve Cannon, Contract Specialist at EMAIL ADDRESS: cannonsl@efdsw.navfac.navy.mil TELEPHONE REQUESTS WILL NOT BE ACCEPTED. The Standard Industrial Code 8711 is $4 million. To view a copy of this announcement on Southwest Division's Website please go to: http://www.efdsw.navfac.navy.mil Posted 10/08/99 (W-SN390404). (0281)

Loren Data Corp. http://www.ld.com (SYN# 0015 19991013\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page