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