Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY QUANTITY ARCHITECTURAL/STRUCTURAL ENGINEERING CONTRACT FOR ARCHITECTURAL/STRUCTURAL PROJECTS AT MARINE CORPS LOGISTICS BASE, ALBANY, GA

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Albany, Walker Avenue Building 5500, Albany, GA, 31704
 
ZIP Code
31704
 
Solicitation Number
N62467-04-R-2044
 
Response Due
5/7/2004
 
Archive Date
5/22/2004
 
Point of Contact
Patricia Morgans, Contract Specialist, Phone 229-639-5603 x-15, Fax 229-639-5999,
 
E-Mail Address
morganspa@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a small business set-aside solicitation. As a small business set-aside, the prime must demonstrate through his SF 255/254 that he can perform at least 50% of the contract with his own forces. One firm will be selected from this solicitation. Architect-Engineer or Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for several projects under an indefinite quantity contract for Marine Corps Logistics Base, Albany, Georgia. There is likely to be a wide variation in the complexity and size of the ARCHITECTURAL/STRUCTURAL design projects issued under this contract as Delivery Orders (D.O.). However, no single D.O. will exceed $99,000, in total fees. The duration of the contract will be for one (1) year from the date of initial contract award with four (4) one-year options. A maximum of $200,000 in D.O. fees are possible during each 12 month period of the contract not to exceed $1,000,000 for the entire contract. A minimum guarantee of $10,000 is payable for the base year. Design services will include, but not limited to: (A) New and/or retro-fit structural design; (B) New and/or retro-fit floors, ceilings and/or walls; (C) New or replacement lighting; (D) New or replacement heating, ventilation, and air conditioning; (E) New or replacement interior water and sewer systems; (F) New or replacement electrical system; (G) New or replacement telephone system; (H) Evaluation and definition of asbestos materials may be required. Subsequent preparation of plans and specifications may require definition of the removal and/or disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility; (I) The Government will reserve an option to negotiate construction inspection services and the preparation of Operating and Maintenance Support Information (OMSI) and/or as-built drawings; and/or (J) Landscaping installation/renovation. A-E firms responding to this announcement will be evaluated on the above requirements based on the following criteria in relative order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; technical competence by discipline (education, registration, and experience) of individual engineering team members; (2) Aggressive internal quality control program with demonstrated results of reducing design errors and/or omissions; A/Es responding should be prepared to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach; an organizational chart showing the interrelationship of management and team components and specific quality control processes used; (3) Specialized experience and technical competence in the type of work required of the proposed engineering/technical staff who will perform the work; recent experience (within the past 5 years) of project design members individually and collectively as an integrated project team (A/E, Client, and outside agencies) in performing the following (a) Documented use of cost estimating programs, (b) Use of SPECSINTACT, AUTOCAD 2002, and ADOBE EXCHANGE as a standard in their organization, (c) the ability to adhere to client schedules, (d) ability to provide post construction award services (review of contractor?s submittals, as-built drawings, system start-up, Operation and Maintenance and Support manuals, etc. in support of the documents produced; (4) Capacity to accomplish the work in the required time and accomplish multiple projects concurrently; as demonstrated by the impact of this workload of the firm?s permanent staff, projected workload during the anticipated design period; the firm?s history of successfully completing projects in compliance with performance schedules and providing timely construction support. Provide specific experience and relate time frames to accomplishment of similar design efforts. If consultants are involved, address history of working relationship; (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Demonstrated long term Government or private business relationship repeat business on related efforts and construction support; (6) Location of the firm in the general geographic area of the contract provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract; (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (8) Volume of work awarded to the firm by the Department of Defense during the last 12 month period. The initial work will be for Project AL0603M, Renovate Building 7110. This work will include the installation of walls and ceilings and upgrading electrical, plumbing, restrooms, and fire protection systems. No other general notification to firms for other similar projects performed under this contract will be made. Type of Contract: Firm Fixed Price. The title of the proposed contract shall be ?INDEFINITE DELIVERY QUANTITY ARCHITECTURAL/STRUCTURAL ENGINEERING CONTRACT FOR ARCHITECTURAL/STRUCTURAL PROJECTS AT MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA.? Estimated design start date is 15 June 2004. Firms which meet the requirements described in this announcement are requested to submit completed SF 254 (unless already on file) and SF 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. The SF 255 should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. Firms responding to the announcement by close of business 5:00 PM EST, 7 MAY 2004 will be considered. In the case where an insufficient number of SF 255's are received, then firms having a current SF 254 on file with this office may be requested to submit a SF 255. All Federal contractors must be registered in the Central Contractor Registration (CCR) database, new contract awards can only be made to contractors who are registered in the CCR. The website for CCR is http://www.ccr.gov. Solicitation number is N62467-04-R-2044. This proposed contract is 100% set-aside for small business concerns. NAICS Code 541310. Size standard $4.0 Million. THIS IS NOT A REQUEST FOR PROPOSALS AND THERE IS NO SOLICITATION PACKAGE. Inquiries concerning this announcement should mention location and solicitation number. Surface mail should be addressed to Officer in Charge of Construction, P. O. Box 43119, Marine Corps Logistics Base, Albany, Georgia 31704-3119. Overnight delivery of submittals should be addressed to Officer in Charge of Construction, Bldg 5500 Walker Avenue, Marine Corps Logistics Base, Albany, Georgia 31704. Address all responses to ATTN: Code 02F0 Patty Morgans.
 
Place of Performance
Address: MARINE CORPS LOGISTICS BASE, ALBANY, GA
Zip Code: 31704
 
Record
SN00561923-W 20040409/040407212653 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.