|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1995 PSA#1479OFFICER IN CHARGE, NAVFAC CONTRACTS, BLDG #5, CODE R74, NAVAL AIR
ENGINEERING STATION, LAKEHURST, NJ 08733-5011 C -- ARCHITECT/ENGINEER (A/E) SERVICES FOR ARCHITECTURAL PROJECTS SOL
N62472-96-R-3245 DUE 010296 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 Naval Air
Engineering Station, Lakehurst, NJ but may also include work at the
Naval Air Warfare Center, Aircraft Division Trenton, NJ. 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 the production of construction contract plans,
specifications and cost estimates for an assortment of projects. The
work primarily involves architectural design but may also include
incidental civil, structural, mechanical, electrical, fire protection,
environmental, etc., aspects. Optional work may include Post
Construction Award Services (PCAS) such as; shop drawing
review/approval, consultation during construction, preparation of
record drawings, construction inspection, 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, unable or not
possessing qualifications (in house or through a
sub-contractor/consultant) 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 - $245,000; minimum contract fee - $12,250.00;
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 April
1996. In order of importance, the principal evaluation factors for
selection are: 1) Specialized experienceof 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 5.1 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 02 January 1996; only one copy of each form is
required; no information will be returned. 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. Firms with offices in multiple locations must clearly
indicate on the SF 255 the site at which the work will be performed and
shall clearly indicate which of the individuals whose qualifications
are described in Block 7 of the SF 255 are employed at the office where
the work will be performed. In Block 10 of the SF 255, describe the
reasons why the firm is especially qualified for the work with regard
to each of the evaluatiion factors listed above. Use Block 10 of the SF
255 and continue on PLAIN BOND PAPER to provide any additional
information desired. ALL PERTIENT INFORMATION MUST BE INCLUDED WITHIN
THE SF 254 AND SF 255; NO OTHER INFORMATION OR ATTACHMENTS PROVIDED BY
RESPONDENTS WILL BE CONSIDERED IN THE EVALUATION PROCESS. Hand carried
responses and facsimile responses will not be accepted. This is not a
request for proposal. This sollicitation is being issued on an
unrestricted basis. (0331) Loren Data Corp. http://www.ld.com (SYN# 0009 19951128\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|