|
COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1995 PSA#1398Officer in Charge of Construction, Building 1138T1, P.O. Box X7, Marine
Corps Air Ground Combat Center, Twentynine Plams, CA 92278-0107 C -- IQ CONTRACT, ARCHITECTURAL ENGINEERING SEVICES FOR VARIOUS
ELECTRICAL ENGINEERING PROJECTS, MARINE CORPS AIR GROUND COMBAT CNETER,
TWENTYNINE PLAMS, CA. SOL N68711-95-D-9886. DUE 090595. Contact Mrs.
Merry C. Pilgrim/Contracting Officer, 619-830-7337. This is a firm
fixed price indefinite quantity contract for Architectural-Engineering
Services for Various Electrical Engineering Projects. The services
required may include, but will not necessarily be limited to,
preparation of engineering studies, analyses, reports, final plans,
specifications, and cost estimates as designated. Typical projects may
include but will not necessarily be limited to: the design of new
electrical systems, grounding systems, and electrical/electronic
control systems and other projects which are primarily electrical in
nature or where electricl is the lead discipline. A-E selection
criteria is listed in order of importance and will include: (1) Recent
specialized experience and technical competence in the preparation of
the design of: new electrical systems, alterations to existing
electrical systems, grounding systems, and electrical/elctronic control
systems. Do not list more than a toatl of 10 projects in Block 8.
Indicate point of contact and telephone number in block 8C for each
project listed. Indicate which consultants from the proposed team, if
any, participated in the design of each project; (2) Professional
qualifications of the staff assigned to the work; (3) Capacity to
accomplish the work in the required time. Indicate the firms present
workload and availability of the project team (including consultants,
if any) for the specified contract performance period; (4) Quality
Assurance/Quality Control coordination methods used during the
performance of work; (5) 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 assurance/quality control procedures and
cost control procedures. List recent awards, commendations and other
peformance evaluations (do not submit copies); (6) Location in the
general geographical area of the project and knowledge of the locality
of the project; provided, that application of this criterion leaves an
appropriate number of qualified firms, given the nature and size of the
project; and (7) Use of Small or Disadvantaged or Women-Owned business
firms as primary consultants or as subcontractors. The maximum
contract value for the base year is $450,000. The A-E fee for any one
project may not exceed $99,000. If the Government exercised the option
to extend the contract, the total amount of the contract shall not
exceed $900,000. The minimum contract amount (guarantee) will be
$22,500. The estimated start date is November 1996, with an option
available to the Government to extend the contract for one additional
year until November 1997. A-E firms which meet the requirements
described in this announcement are invited to submit a completed SF 254
(unless already on file), a SF 255, and a SF 254 for each consultant
listed in block 6 of the firms SF 255 to the office shown above. Firms
responding to this announcement by 4:00 P.M., local time, 05 September
1995, or the 30th calendar date after the date of appearance of this
announcement in the Commerce Business Daily (CBD), whichever is later,
will be considered. Should the due date fall on a weekend or holiday,
the submittal package will be due the first workday there after. Firms
having a current SF 254 on file with this office may also be
considered. This is not a request for proposal. Additional information
requested of applying firms: indicate solicitaton number in block 2b,
CEC (Contractor Establishment Code) and/or DUNS number (for the
address listed in block 3) and TIN number in block 3, telefax number
(if any) in block 3a and discuss why the firm is especially qualified
based on the selection criteria in block 10 of the SF 255. For firms
applying with multiple offices, indicate the office which completed
each of the projects listed in block 8 and lit which office is under
contract for any contracts listed in blcok 9. 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
firms. SF 255's shall not exceed 30 printed pages (double sided is two
pages/organizational charts and photographs excluded, exception:
photographs with text will be considered as a page). All information
must be included on the SF 255 (cover letter, other attachmens and
pages in excess of the 30 page limit will not be included in the
evaluation process). Firms not providing the requested information in
the format (i.e. not providing a brief description of the quality
control plan, not listing which office of multiple office firms
completed projects listed in block 8, not providing a list of the Small
or Disadvantage or Woman-Owned business firms used as primary
consultants or as subcontractors,etc.) directed by this synopsis may be
negatively evaluated under the selction criteria in which it was
requested. Firms which design or prepare specifications 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. Telegraphic and facsimile SF 255's will
not be accepted. Site visits will not be arranged during the submittal
period. See Numbered Note(s): 24. (206) Loren Data Corp. http://www.ld.com (SYN# 0026 19950727\C-0014.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|