Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1995 PSA#1290

OFFICER IN CHARGE, NAVFAC CONTRACTS, BLDG #5, CODE R74, NAVAL AIR ENGINEERING STATION, LAKEHURST, NJ 08733-5011

C -- ARCHITECT/ENGINEER (A/E) SERVICES FOR CIVIL/STRUCTURAL PROJECTS SOL N62472-95-R-5654 DUE 032695 POC Contact Point, information call John Muller, (908)323-7499 Indefinite quantity contract to provide architectural engineering (A/E) services for architectural projects to repair and/or renovate the interiors and/or exteriors of various buildings or other facilities. The work will be located at the Naval Air Engineering Station (NAES), Lakehurst, NJ but may also include work at either the Naval Air Warfare Center, Aircrtaft Divison Trenton, NJ or the Naval Air Warfare Center, Aircraft Division Warminster, PA. An A/E firm with multi-discipline capabilities is required to provide technical studies and/or designs with all associated architectural or engineering services coincident with production of construction contract plans, specifications and cost estimates for an assortment of projects. The work primarily involves civil and structural engineering design but may also include incidental environmental, architectural, mechanical, electrical, fire protection, etc., aspects. Optional work may include Post Construction Award Services (PCAS) such as; shop drawing review/approval, consultation during construction, preparation of record drawings, etc.. As part of this contract, assessment of facilities for asbestos containing materials, lead or other contaminmants may be required, as well as, the design for the abatement or removal of the asbestos, lead and/or other contaminants in those facilities. Firms unwilling or unable to perform work involving the detection of hazardous material (e.g. asbestos, lead etc.) and the subsequent design for its abatement and/or removal will not be considered for this contract. General Contract Terms: Firm Fixed Price by project; maximum cumulative fee per year - $200,000; minimum contract fee - $10,000.00; length of contract - one year with a second year option exercised at the discretion of the Government (award of the option year will depend on the performance of the A/E firm during the initial year of the contract as well as the design workload); estimated start date November 1995. In order of importance, the principal evaluation factors for selection are: 1) Specialized experience of the firm in the type of work described above; 2) Professional qualifications of the staff to be assigned to this contract; 3) Past performance on contracts with Government agencies (with emphasis on the DOD) and private industry in terms of cost control, quality of work and compliance with performance schedules; 4) Capacity of the assigned team to accomplish the work within required time constraints: 5) Volume of work previously awarded to the firm by the DOD; 6) Geographic location of the firm with respect to the planned area of work. A secondary evaluation factor for selection is the use of Small or Disadvantaged or Women Owned Business firms as primary consultants or as subcontractors. The construction contract documents submitted for this contract will be prepared by computer whenever practical. NAES employs an IBM compatible computer system which uses: SPECINTACT or WORDPERFECT software for the preparation of the specifications; and AutoCAD, DWG format, Release 10 or later, for the drawings. The A/E will be required to submit final versions of both the specifications and drawings prepared for this contract in hard copy as well as on 3-1/2 inch high density diskettes which are ready for use with the computer system/software stated above. Qualified firms desiring consideration for this contract must submit completed Standard Forms 254 and 255 (including information for any contemplated subcontractors or consultants) to the office listed above by close of business 26 March 1995. Should the due date fall on a weekend or on an official Government holiday, responses are due on the first workday thereafter. Responses received after the date established by the above will be handled in accordance with FAR 52.215-10. Respondents may supplement the Standard Forms 254 and 255 with additional material, however, to assure its consideration, such material should be: provided on bound 8-1/2 X 11 inch sheets of paper; organized in the order of the evaluation factors cited above; labeled by evaluation factors ;and should demonstrate in each section how the firm meets or exceeds the evaluation factor addressed in that section. No material will be returned. Facsimile responses will not be accepted. This is not a request for proposal. This solicitation is being issued on an unrestricted basis. (0053)

Loren Data Corp. http://www.ld.com (SYN# 0014 19950223\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page