Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 19, 2001 PSA #2810
SOLICITATIONS

C -- ARCHITECT-ENGINEERING SERVICES FOR LANDSCAPE ARCHITECTURE

Notice Date
March 15, 2001
Contracting Office
SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187
ZIP Code
92132-5187
Solicitation Number
N68711-01-R-6206
Response Due
April 16, 2001
Point of Contact
Diana Price (619) 532-2439
E-Mail Address
W-117 SN325028 (pricedl@efdsw.navfac.navy.mil)
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN: Submit documentation to Naval Facilities Engineering Command, Southwest Division, 1220 Pacific Highway, San Diego, CA, 92132-5190, ATTN: Code 02R3.DP. ATTENTION CERTIFIED 8(a) FIRMS AND UNRESTRICTED FIRMS. This procurement is set-aside for certified 8(a) firms. In the event responses are not adequate to establish competition by the Brooks Act, the requirement will become an unrestricted procurement. Responses will be accepted from all firms. If adequate competition can be established within the certified 8(a) firms, the procurement will be set-aside for the 8(a) program and the unrestricted responses will not be evaluated. Southwest Division is currently seeking architect-engineering services for design, and the preparation of landscape architectural drawings and specifications for the purpose of bidding to construct, repair and renovate various Navy/Marine Corps activity projects in California, Nevada, Arizona, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah. The preponderance of work will be in California, Nevada, Arizona, and New Mexico. The procurement will become a firm fixed price indefinite quantity contract. The term of the contract will be 365 calendar days from the date of contract award, or until the $1,000,000 limit is reached. The government has the option to extend this contract for an additional 365 calendar days, or until an additional $1,000,000 is reached for a not to exceed amount of $2,000,000 in two years. If the dollar capacity of the previous year is not used, this capacity will be added to the following year option (if exercised). The hourly rates will be negotiated for each calendar year and are independent of which option year is in effect. The minimum guaranteed fee is $5,000 for the base year. The A-E fee for any single task order shall not exceed $500,000. The estimated start date is June 2001. Project scopes of work may range in size from very small assessments to large multi-complex master planning, site analysis and construction documentation. Project types may include but not be limited to Comprehensive Neighborhood Plans (CNP), Base Exterior Architecture Plans (BEAP), Request for Proposals (RFP), family and bachelor housing, commercial-type buildings and plazas, recreational areas and parks, landscape maintenance evaluations, golf courses, erosion control and site re-vegetation. The lead discipline shall be a Landscape Architect licensed in the State of California supported by all required Engineering and Architectural disciplines. The work will require the ability to coordinate various engineering disciplines and the various aspects of phasing construction to accommodate occupied/unoccupied facilities. A-E selection criteria will include (in order of importance): (1) Professional qualifications of the proposed staff and consultants to be associated with the design of facilities requiring construction, renovation, and repair of the project types such as Comprehensive Neighborhood Plans (CNP), Base Exterior Architecture Plans (BEAP), Request for Proposals (RFP), family and bachelor housing, commercial-type buildings and plazas, recreational areas and parks, landscape maintenance evaluations, golf courses, erosion control and site re-vegetation. The work will require the ability to coordinate various engineering disciplines and the various aspects of phased construction to accommodate occupied/unoccupied facilities listed. List only the team members who will actually perform major tasks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. Proposals shall demonstrate knowledge and experience in past projects that have applied sustainability concepts and principles to facilities and infrastructures through an integrated design approach, including: energy conservation, pollution prevention, the use of recovered and recycled materials, waste reduction, and construction waste management practices. (2) Recent specialized experience of the firm (including consultants) in the design and preparation of contract documents for planting, irrigation, and site construction, report and graphic document preparation, RFP, and BEAP writing, graphic design, horticultural analysis, site surveys, site investigations, master planning, and cost estimating, including special costs for architecture, fire protection and life safety systems, utilities, seismic reinforcement and geotechnical engineering requirements. Projects may also require the identification and removal of asbestos and lead-based paint. Specialized experience should also include AutoCAD drafting, computer-controlled irrigation design, familiarity with plant material in various climate zones, field investigation, including geographic information system (GIS) data collection, tree inventory and evaluation studies, and as-build drawing information collection. Proposals shall demonstrate knowledge and experience in past projects that have applied sustainability concepts and principles to facilities and infrastructure through an integrated design approach, including, energy conservation, pollution prevention, the use of recovered and recycled materials, waste reduction and construction waste management practices. Do not list a total of more than ten (10) projects in Block 8. Indicate which consultants from the proposed team, if any, participated in the preparation of designs, drawings, and specifications for each of the projects listed. In Block 11 of the SF 254 and Blocks 7, 8, 9 of the SF 255, indicate which projects the firm completed and which projects were completed while other firms employed current staff members. (3) Capability 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. Also indicate the firm's capability to field multiple multi-disciplinary teams at various remote locations. Provide an itemized list of the lead firm's in-house computer equipment and capabilities, including but not limited to AutoCAD and GIS software, black & white and color printing, plotting and scanning, blueprinting and CD-ROM production. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Briefly describe internal quality assurance and cost control procedures and indicate effectiveness of those measures by listing preliminary owner's budge estimate, A-E's revised preliminary estimate, A-E's final estimate, construction contract award amount, and construction contract change order percentage rate for not more than five recent (within the past 2 years) projects. Also, list awards, commendations and other performance evaluation results received within the past 5 years (DO NOT SUBMIT COPIES). (5) Location in the general geographic area of the Engineering Field Division and familiarity with various codes and ordinances applicable to project areas and agency enforcement jurisdictions, provided that the appropriate number of firms to be considered given the nature and size of the project contemplated by the government. (6) LARGE BUSINESS FIRMS: List the small disadvantaged, woman-owned business, veteran-owned small business or service-disabled veteran-owned small business concerns or HUBZone small business firms used as primary consultants or as sub-consultants. If a large business is selected, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Business, 5% Small Disadvantaged Business, 5% Woman-owned small business, 3% Veteran-owned small business or service-disabled veteran-owned small business and 2% HUBZone Small Business of the work to be subcontracted out. (7) Volume: Provide a list of work and dollar amount previously awarded to the firm by the Department of Defense within the past twelve months. 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 SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's SF 255, to the address stated above by 3:00 P.M. Pacific Standard Time on the due date that is shown above. If the due date falls on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after the date and time stated herein will not be considered. Provide the additional information on the SF 255: Indicate solicitation number in block 2b, Contractor Establishment Code (CEC), and /or DUNS number (for the address listed in block 3) and Tax Identification Number (TIN) in block 3, telefax number and email address (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. For firm 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 255s shall not exceed 30 printed pages. Double sided are two pages. Organizational charts and photographs are excluded from the 30-page count. Exception: Photographs with text will be considered one page. All information must be included in 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 directed in the synopsis may be negatively evaluated. Firms, their subsidiaries or affiliates 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. This is not a request for proposal. Telegraphic and facsimile SF 255s will not be accepted. Site visits will not be arranged during the submittal period. By DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The Standard Industrial Code (SIC) is 8711 and the North American Industry Code Standard (NAICS) is 541330. The annual size standard is $4 million. See Notes 24 and 26.
Web Link
Southwest Division Naval Facilities Engineering Command (http://ww.efdsw.navfac.navy.mil/pages/Index.htm)
Record
Loren Data Corp. 20010319/CSOL001.HTM (W-074 SN50G394)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 15, 2001 by Loren Data Corp. -- info@ld.com