Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF june 16,1995 PSA#1369

Facilities Support Contracts, Public Works Division, Marine Corps Air Station, Beaufort, South Carolina 29904-5019

C -- INDEFINITE DELIVERY TYPE CONTRACT FOR ARCHITECTURAL AND ENGINEERING SERVICES Sol N62467-95-D-4944 due 071195. Contact Debbie Foss, 803-522-7678/Contracting Officer S. E. Perritt, 803/522-7072. Mechanical/Electrical - to include studies, preparation of plans, specifications, and cost estimate for repairs, alterations and/or new construction projects. The projects will be principally of an electric/mechanical nature, but may include need for civil/environmental, structural, and architectural expertise. Contract documents shall follow the current Navy format. Experience in the following is required: Electrical - interior and exterior electrical distribution systems, interior and exterior lighting systems, intrusion alarm systems, fire alarm systems, automatic entry control systems, sampling and design for removal of PCB contaminated equipment. Mechanical - fire suppression and protection systems, heating, ventilation and air conditioning systems, industrial ventilation energy and analysis, control systems, high temperature hot water systems, hot water boilers and converters, chilled and hot water distribution, compressed air and vacuum, medical gas, petroleum, oil and lubricants (POL) systems, engine generator installations, and incinerators. As part of this contract, asbestos assessment or lead paint assessment may be required. If asbestos or lead paint is found, this contract may be amended to require comprehensive asbestos or lead paint surveys to include sampling and testing, and preparation of contract documents showing the location of the asbestos or lead paint, and specifying the procedure to be followed during construction and/or demolition to prevent the release of airborne particles. Firms unable to accept work which involves asbestos or lead paint need not apply. Review of Contractor submittals, field inspection during construction, and preparation of as-built drawings may be required. The contractshall guarantee a minimum fee of $10,000 payable in the event the Contractor is not required to perform work under this contract equal to or greater than that amount within one year from date of award. This contract will include an option for a one year extension, and fee will not exceed $400,000 per year. No one Delivery Order will exceed $150,000. Firms responding by July 3, 1995 will be considered for selection. No facsimile (FAX) applications will be accepted. Award of a contract is dependent upon the availability of funds. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Government may introduce additional fees to be negotiated separately. Proof of current Professional Engineer or Architectural registration shall accompany Standard Form 255. A one year option to be exercised at least 60 days prior to the end of the first year is authorized. The option year is limited to the same fee restrictions as the first year. SELECTION CRITERIA: SELECTION CRITERIA WILL BE BASED ON THE FOLLOWING CRITERIA, NUMBERED IN ORDER OF IMPORTANCE: 1. Qualifications: Technical competence of the individual design team members to design alterations, repairs, and new construction projects. 2. Experience: Recent experience of the individuals assigned to the design team in; (a) design of repair, alteration, and new construction projects typical of a Marine Corps Air Station. (b) Projects involving asbestos, or lead paint. (c) Design of projects to Navy design criteria. (d) Using interdisciplinary design reviews. (e) Capacity of the firm to complete the work in the time required. (f) Past performance history on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. (g) Ability to produce computer generated drawings on AutoCad Release 12 or higher format capability. Ability to prepare cost estimates in the computerized CES format, and specifications using SPECINTACT. 3. Performance: Past performance/ratings on DOD contracts. 4. Ability: (a) Professional ability to perform multiple projects concurrently. (b) Current volume of work and prior DOD awards (past 3 fiscal years only). 5. (a) Firm's geographical location. Firm's will be evaluated on their accessibility to the Marine Corps Air Station, Beaufort and to Southeastern South Carolina and their demonstrated ability to respond to the demands of this contract in a timely manner (provided that application of this factor leaves an appropriate number of qualified firms). (b) Ability to adapt probable site conditions with respect to the project scope. (c) Knowledge of the regulatory requirements that would affect the work, with respect to the project site. 6. Submittal Requirements: A&E firms having capabilities for the work are invited to submit completed SF254 and SF255, A&E Related Services Questionnaire for themselves and their subcontractors to the office shown above. A current SF254 representing the personnel, experience and capabilities of the office must be included with the application, unless the above stated SF254 is already on file at MCAS, Beaufort and is dated less than one year before the date of this advertisement. (163)

Loren Data Corp. http://www.ld.com (SYN# 0031 19950615\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page