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 96 MCON PROJECT P-031, RANGE OPERATIONS CENTER, NAWS, PT. MUGU, CALIFORNIA SOL N62474-96-C-6214 POC Nancy Hernandez, Contract Specialist, at (415) 244-2979, for information; Annette Ordonez at (415) 244-2492 for submission; Contracting Officer, R. A. Sandberg. Architectural and engineering services to provide the design of a two-story addition to the existing Range Operations Center, and renovation of the existing facility. The Range Operations Center addition consists of a two-story concrete masonry structure with pile foundation, raised computer flooring, HVAC, service elevator, fire protection system, energy management and control system (EMCS), intrusion detection systems, access control, electromagnetic shielding, and sensitive compartmented information facilities (SCIF). Existing facility will be renovated and remodeled. Demolition of several structures will be required. Utilities will be required including telephone, fire alarm, electrical, water, sanitary sewer, and gas. Site improvements will be required including storm drains, parking lot, area lighting and security fencing. Correction of all identified seismic deficiencies will be required. Seismic study and hazardous material (including asbestos and lead based paint) may be required. Selection will be based on the following criteria which are numbered in order of importance: (1) Recent specialized experience of the firm and proposed consultants in the preparation of engineering and other related studies, preparation of plans and specifications for the design of facilities that are similar to this project. Facilities that house and support complex electronic systems, that include SCIF, TEMPEST, laboratory and administrative areas and require a high degree of security. Knowledge of federal, state and county regulation and design criteria and standards covering the design, construction and operation of similar facilities. (INCLUDE GOVERNMENT & PRIVATE EXPERIENCE). Experience shall include similar projects successfully completed within the last five years. (2) Professional qualifications of the staff (in-house and/or consultant(s)), with respect to the overall makeup of the engineering/architectural team. The experience and roles of key design personnel, specifically on related projects addressed in criteria element one above. (3) Ability of the firm to accomplish the contemplated work within a mimimum 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 service period, the firm's history of successfully completing projects in compliance with performance schedules and providing timely construction support. Provide specific experience and related time frames for accomplishment of similar efforts. If consultants are involved, address history of working relationship. (4) Past performance (with emphasis on similar efforts cited in criteria elements one and two) with government agencies and/or private industry. The A-E firm's quality control program, including performance of quality control on prior Department of Defense contracts, shall be a selection evaluation factor. The A-E contractor's performance of quality control and proposed quality control program shall also be addressed during the selection interview. Demonstrated long term government or private business relationships, repeat business on related efforts and construction support. Performance on estimating the probable project construction cost including budget control throughout the preliminary engineering/design stage as well as actual bid results. Knowledge of bid climate and related impact factors for the general areas of consideration for this project. (5) Location of the firm within the general geographic ares of the project, and knowledge of the locality, including appropriate selection of construction material and methods. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) A large business shall submit a Small, Small Disadvantaged, Women-owned Small Business Subcontracting Plan. (8) Volume of work previously awarded by the Department of Defense (DOD) for the past 12 months to the firm (DO NOT PROVIDE THIS INFORMATION SINCE THE GOVERNMENT HAS THE DATA), with the objective of effecting equitable distribution of contracts among qualified Architect-Engineer Firms, including minority-owned firns and firms that have not had prior DOD contracts. The following options may be included: PLANS AND SPECIFICATIONS; POST CONSTRUCTION CONTRACT AWARD CONSULTATION; and CONSTRUCTION SURVEILLANCE. The estimated date for start of this contract is 15 August 1996. The estimated completion date for this contract is 15 August 2001. The estimated A-E fee is between $500,000 and $1,000,000. Those firms which meet the requirements described in this announcement and wish to be considered, must submit a SF 255. Specifically address all criteria elements listed in block ten, with additional sheets attached, as required. One copy of the SF 255 must be received in this office, Building 201, 2nd floor, ATTN: Annette Ordonez, no later than 3:00 P.M. PDT, 30 calendar days, from the date this announcement appears in the CBD. Indicate the contract number in Block 2B of the SF 255. Submit a SF 254 only if you have not done so in the past year. This is not a Request for Proposal. (0178)

Loren Data Corp. http://www.ld.com (SYN# 0026 19960627\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page