|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1999 PSA#2484SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR GEOTECHNICAL CONSULTATION,
SUBSURFACE INVESTIGATION, ENVIRONMENTAL SOILS INVESTIGATION AND
MATERIAL TESTING SERVICES FOR VARIOUS PROJECTS IN CA, NV, AZ, & NM SOL
N68711-00-D-0203 DUE 122799 POC Vanessa Schutt, Contract Specialist,
619-532-3799, Samantha Darella, Contracting Officer, 619-532-3758 WEB:
To review CBD announcement on Southwest Division's,
http://www.efdsw.navfac.navy.mil/pages/EBS1.htm. E-MAIL: To contact
Contract Specialist, schuttva@efdsw.navfac.navy.mil. C -- INDEFINITE
QUANTITY CONTRACT FOR GEOTECHNICAL CONSULTATION, SUBSURFACE
INVESTIGATION, ENVIRONMENTAL SOILS INVESTIGATION AND MATERIAL TESTING
SERVICES FOR VARIOUS PROJECTS IN CA, NV, AZ & NM SOL N68711-00-d-0203
DUE 27 Dec 99. SUBMIT SF254 AND 255 TO SOUTHWEST DIVISION, NAVAL
FACILITIES ENGINEERING COMMAND, CODE: 02R3.SD, BLDG. 110, 1220 PACIFIC
HIGHWAY, SAN DIEGO CA 92132-5187. POC: Vanessa Schutt/Contract
Specialist, (619) 532-3779, or Samantha Darella/Contract Specialist,
(619) 532-3758. Firm Fixed Price/Indefinite Quantity Contract.
Engineering services are required for geotechnical consultation,
subsurface investigation, environmental soils investigation,
preparation of earthwork and foundation specifications, and material
testing services for various Naval and Marine Corps activities within
the California, Nevada, Arizona and New Mexico geographic areas for
Southwest Division, Naval Facilities Engineering Command, San Diego,
California. The length of the contract will be 365 days from the date
of the contract award or until the $500,000.00 limit is reached. After
the first 365 days, the Government has the option to extend this
contract for an additional 365 days or until an additional $500,000.00
is reached. The A-E fee for any one project may not exceed
$200,000.00. If the Government exercises the option to extend the
contract, the total amount of the contract shall not exceed
$1,000,000.00. The minimum contract amount will be $25,000.00 The
firm's lead discipline shall be geotechnical with all supporting
disciplines. The estimated start date for this contract is March 2000.
The estimated completion date for this contract is March 2001 with an
option available to the Government to extend the contract for one
additional year until March 2002. A-E Selection criteria will include
(in order of importance): (1) Recent specialized experience of the firm
(including consultants) in geotechnical engineering, subsurface
investigation, pavement design, seismic design, foundation design,
preparation of earthwork and foundation specifications, geotechnical
forensic engineering, environmental soils investigation, and material
testing services. Do not list more than a total of 10 projects in Block
8 of thee SF 254 and SF 255. 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 each
project. (2) Professional qualifications of the staff and consultants
to be assigned to this project shall include experience in geotechnical
consultation, subsurface investigation, pavement design, seismic
design, foundation design, preparation of earthwork and foundation
specifications, geotechnical forensic engineering, environmental soils
investigation, and material testing services. List only the team
members who actually will perform major tasks under this project and
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 team members who are responsible for monitoring these
processes. List recent awards, commendations and other performance
evaluations (do not submit copies). (4) Demonstrated ability to present
reports, specifications, and project plans in electronic Portable
Document Format (PDF). (5) Knowledge of the localities of various
United States Navy and United States Marine Corps facilities in
California, Nevada, Arizona, and New Mexico, provided that the
application of this criterion leaves an appropriate number of firms
given the nature and size of this contract. 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 of key personnel. (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 5% Small
Disadvantaged Business of the amount to subcontracted out. Those firms
which meet the requirements described in this announcement and wish to
be considered, must submit one copy each of SF 254 and a SF 255 for the
firm and a SF 254 for each consultant listed in block 6 of the firm's
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 of 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
255's will not be accepted. Site visits will not be arranged during the
submittal period. See Numbered Note(s): 24 (0138) Commanding Officer,
Southwest Division, Naval Facilities Engineering Command, Code 02R3.SD,
Bldg. 110, 1220 Pacific Highway, San Diego, CA 92132-5187 Posted
11/24/99 (W-SN403444). (0328) Loren Data Corp. http://www.ld.com (SYN# 0022 19991129\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|