|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1995 PSA#1334Officer in Charge of Construction, Bldg 198, Marine Corps Logistics
Base, Barstow CA 92311-5050 C -- FIRE PROTECTION INSTALLATION/REPLACEMENT PROJECTS AT THE MARINE
CORPS LOGISTICS BASE, BARSTOW, CALIFORNIA Sol N68711-95-R-8077. Contact
Contract Specialist, Susan Welch, 619-577-6421, or Contracting Officer,
SF Reeves, 619-577-6453. This is an Indefinite Quantity/Firm Fixed
Architect-Engineer Contract. The contract covers the furnishing of
design and engineering services for preparation of plans,
specifications and cost estimates for the purpose of bidding and
construction of various fire protection systems projects at the Marine
Corps Logistics Base, Barstow, California. Projects will include the
installation of fire sprinkler and fire alarm systems inside industrial
buildings. The Government will require preparation of specifications
using the ``SPECSINTACT''. The duration of the contract will be for 365
days from the date of the initial contract award or until $99,000 limit
is reached. After the first 365 days, the government has the option to
extend the contract for an additional 365 days or until an additional
$99,000 is reached. No single delivery order will exceed $50,000. If
the government exercises the option to extend the contract, the total
amount of the contract shall not exceed $198,000. The estimated start
date is July 1995. The estimated completion date is July 1996, with an
option available to the government to extend the contract for one
additional year until July 1997. Selection will be based on the
following criteria which are numbered in order of importance: (1)
Professional qualifications of the staff to be assigned to this
project, including consultant staff, in the performance of fire
protection work on industrial buildings. A professionally registered
fire protection engineer is required. (2) Specialized experience of the
firm in the performance of fire protection work on industrial
buildings. (3) Capacity 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, indicate specialized equipment available and prior
security clearance. (4) Past performance on contracts with Government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules. Indicate by briefly
describing internal quality control, cost control procedures and
indicate effectiveness by listing preliminary owners budget estimate,
A-E revised preliminary estimate, final A-E estimate, construction
award amount and percentage differential and construction change order
rate for up to five projects. List any recent performance evaluations
or awards reeived (do not submit copies). (5) Locations in the general
geographical area of the project and knowledge of the locality of the
project. (6) List volume of work previously awarded by the Department
of Defense (DoD) to the firm in the last 12 months with the objective
of effecting equitable distribution of contracts among qualified
Architect-Engineer firms, including minority-owned firms and firms that
have not had prior DOD contracts. List the small or disadvantaged or
women owned firms used as primary consultants or as subconsultants.
Those firms which meet the requirements described in this announcement
and wish to be considered, must submit a SF 255. One copy of the SF
255 is to be received in this office no later than 3:30 pm Pacific
time, the 30th calendar day after the date of appearance of this
announcement in the Commerce Business Daily. Should the due date fall
on a weekend or holiday, the SF 255's will be due the first workday
thereafter. SF 255s received after this date and time will not be
considered. Submit a SF 254 only if your have not done so in the past
year. Additional information requested of the applying firms: Indicate
contract number in Block 2b, CEC Code (formerly Duns) and TIN Numbers
in Block 3, telefax number (if any) in Block 3a, prior names your firm
has used in the past three years, including parent company, branch
offices, affiliates, associates and subsidiaries in the apparent block,
amount and date of all DOD fees awarded during the last two years in
Block 9; and discuss why th firm is especially qualified based on the
synopsized selection criteria in Block 10 of the SF 255. 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 255 shall not exceed 30 printed pages (doubled sided
is two pages/organizational charts and photographs excluded, exception:
photographs with text will be considered as a page). All information
must be included in the evaluation process). Firms not providing the
requested information in the format (i.e. listing more than a total of
10 projects in block 8, not providing a brief description of the
quality control plan, not listing in block 8, etc) directed by this
synopsis may be negatively evaluated under selection criteria. (4).
Firms which design or prepare documents 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. The proposed contract listed here is unrestricted. 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.
(114) Loren Data Corp. http://www.ld.com (SYN# 0012 19950426\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|