Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1995 PSA#1398

Officer in Charge of Construction, Building 1138T1, P.O. Box X7 Marine Corps Air Ground Combat Center, Twentynine Palms, CA 92278-0107

C -- IQ CONTRACT, ARCHITECTURAL ENGINEERING SERVICES FOR VARIOUS ARCHITECTUAL ENGINEERING PROJECTS, MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA SOL N68711-95-D-9883. 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 Architectural 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 facilities and alterations to existing facilities such as; roof repairs, landscaping, door/window upgrading, painting, remodeling, and other projects that are primarily architectural in nature or where architectural 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 facilities and alterations to existing facilities such as; roof repairs, landscaping, door/window upgrading, and remodeling. Do not list more than a total 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 the availability of the project team (including consultants, if any) for the specified contract performance period; (4) during the performance of work; (5) Past performance on contracts with Goevernment agenices 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 performance 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 exercises the option to extend the contract, the total amount of the contract shall not exceed $900,000. The mimimum contract amount (guarantee) will be $22,500. The estimated start date is November 1995. The estimated completion date is November 1996, with an option available to the Government to extend the contract for one additonal yar until November 1997. The A-E firms which meet the requirements described 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 te 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 day 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 a proposal. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or DUNS number (for the address listed in block 3) and TIN number in blcok 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 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 firm. 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 attachments 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 Disadvantaged or Woman-Owned business firms used as primary consultants or as subcontractors, etc.) directed by this synopsis may be negatively evaluated under the selection criteria in which it was requestedd. 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# 0027 19950727\C-0015.SOL)


C - Architect and Engineering Services - Construction Index Page