Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1996 PSA#1626

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006

C -- ARCHITECTURAL AND ENGINEERING SERVICES FOR FY-97 MILCON PROJECT P-322, BACHELOR ENLISTED QUARTERS (BEQ), AT NAVAL AIR STATION, FALLON, NEVADA SOL N62474-96-C-6014 POC Nanncy Hernandez, Contract Specialist at (415) 244-2979, for information, Contracting Officer, Bobby Ellis, for submission, Annette Ordonez at (415) 244-2492. This synopsis covers one contract, as described below. Work includes project development, preparation of plans, specifications and construction cost estimate for a new Bachelor Enlisted Quarters building and related work. Studies, Parametric Estimating and Programming (PEP), collateral equipment lists, permit application preparation, interior design, construction contract support services (shop drawing review, as-built drawing preparation), field consultation during construction, and preparation of Operation and Maintenance Support Information (OMSI) Manuals may be required. Contract award is contingent upon the availability of funds. The BEQ is required to provide adequate space for 100 personnel, grades E5-E6, with an area of approximately 6,600 square meters, including utilities, parking/paving, sidewalk, drainage and landscaping. Metric scale is required on construction drawings. The estimated construction cost for this project is no more than $13,200,000.00. The project scope and cost are subject to adjustment. Selection will based upon the following criteria, which are numbered in order of importance: (1) EXPERIENCE: Specialized experience (both government and private) and technical competence of the firm and/or the proposed consultants in the planning and design of similar projects to Navy design criteria, within cost controls. Comparable experience of the firm and consultants on projects completed within the last five years will be given the greatest weight. (2) QUALIFICATIONS: Professional qualifications of the staff (in-house and/or consultants), specifically on related projects addressed in criteria element (1) above. Particular focus will be on the qualifications of the project manager and design professionals with expertise in the development of bachelor quarters or similar facilities. (3) PAST PERFORMANCE: Past performance (with emphasis on similar efforts cited in criteria elements (1) and (2)) with government agencies and/or private industry. History of working relationship with consultants. (4) CAPACITY: Ability of the firm to accomplish the contemplated work within a minimum reasonable time limit, as demonstrated by the impact of this work load on the firm's permanent staff, projected work load during the anticipated design period, the firm's history of successfully completing projects in compliance with performance schedules. Specific experience and related time frames for accomplishment of similar efforts. (5) LOCATION: a) Knowledge of probable site conditions, materials and supplies availability and applicable regulatory requirements; and b) ability of the firm to ensure timely response to requests for on-site support. (6) RECOVERED MATERIALS: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) SUBCONTRACTING: Provide the following data: identification of any team consultants which are Small Business (SB), Small Disadvantaged Business (SDB), or Women-Owned Small Business (WSB), and a description of the work to be accomplished under the contract by these firms; identification of the PERCENTAGE goal of planned work that will be subcontracted to SB, SDB, or WSB under the contract; identification of the TYPE OF WORK planned to be subcontracted to SB/SDB/WSB; and if a large business, a brief description of your SB/SDB/WSB subcontracting outreach plan. If a large business firm is selected for award of the contract, the same data must be included in its SB/SDB/WSB Subcontracting Plan submitted in accordance with FAR 19.7 and DFARS 219.7, which will become an enforceable part of the contract. Those firms which meet the requirements described in this announcement and wish to be considered, must submit a SF 255. In order to expedite your firm's consideration by the Board, regarding the above criteria, the following application data from the SF 255 Blocks 7, 8, and 10 may be presented as follows: (Block 7) Provide a matrix for the design team. Individual rows should be labeled with the team members' names and their proposed team assignments. Columns should be labeled as follows: firm name and office location; percent of time to be spent on this team; professional registration; number of years of specialization (example: BS, mechanical engineering). (Block 8) In matrix form, identify which team members worked on the described projects. Individual rows should be labeled with the projects' titles. Columns should be labeled with the team members' names. (Block 10) Include a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (Designate firm's role: prime, subcontractor or joint venture partner). These ratings should be dated 1990 or later, and should include those for joint venture partners and subcontractors. Provide a list of projects to be used for evaluation of criteria (1) that started construction since 1989 and include the following data: client's contact and current telephone number, design completion date, construction completion date. Provide a list of projects with construction value over $500,000, managed by the proposed manager(s), and include the following data: client's contact and current telephone number, client's need date, design completion date, percent differentials between contract award amount and estimated construction cost (note whether bid or negotiated). Summarize your firm's plan for starting concept studies in early 1996 and completing contract documents within 180 calendar days. Provide a chart (in number of hours) comparing design team's available capacity with their actual commitments for the next 12 months. Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors in contract area. At the selection interview, A-E firms slated for interviews must submit a Work Plan, based on previous experience, showing the most expeditious, but realistic schedule for accomplishing the proposed work, their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control process, a portfolio of design work, a listing of present business commitments and their required completion schedules, and performance references other than Engineering Field Activity, West, Naval Facilities Engineering Command (include 3 or more with names and telephone numbers of the contract administrators). For consideration, provide one submittal package, including one original SF 255 and one original SF 254 for each firm proposed. The SF 255 with attachments shall be limited to no more than 25 pages and not smaller than 10 point font. Every page that is not an SF 254 will be included in the page count. The submittal must be received in this office (Bldg. 201, 2nd floor, ATTN: Annette Ordonez) no later than 3:00 PM local time at San Bruno, CA, the 30th calendar day following the publication of this synopsis. Submittals received after this date and time will not be considered. Include telefax numbers in Block 3a and Contractor Establishment Code (formerly DUNS number), Commercial and Government Entity (CAGE) Codes if known, A-E Contractor Appraisal Support System (ACASS) Code if known, and Taxpayer Identification Number (TNN) in Block 3. Label lower right corner of outside mailing envelope with ''A-E Services N62474-96-C-6014.'' Site visits will not be arranged during the advertisement period. This is not a request for proposal (RFP). (0178)

Loren Data Corp. http://www.ld.com (SYN# 0022 19960627\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page