Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1996 PSA#1548

Officer in Charge of Construction, P.O. Box 43119, Marine Corps Logistics Base, Albany, Georgia 31704-3119

C -- INDEFINITE DELIVERY CONTRACT FOR PROFESSIONAL ARCHITECTURAL DESIGN/ENGINEERING SERVICES, MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA SOL N62467-96-R-3491 DUE 040296. Contact Ms. Patty Morgans at (912) 439-5603. Architectural-Engineer or Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for several projects under an indefinite quantity contract for Marine Corps Logistics Base, Albany, Georgia. There is likely to be a wide variation in the complexity and size of the architectural projects issued under this contract as Delivery Orders (D.O.). However, no single D.O. will exceed $99,000, in total fees. The duration of the contract will be for one (1) year from the date of initial contract award. The proposed contract includes a Government option for the same terms and conditions of the original contract for a period of an additional one (1) year. A maximum of $100,000 in D.O. fees are possible during each 12 month period of the contract not to exceed $200,000 for the entire contract. Design services will include (A) Replace/Upgrade floor, ceiling and/or wall finishes; (B) Replace/Upgrade lighting; (C) Replace/Rework heating, ventilation, and air conditioning; (D) Replace/Upgrade interior water and sewer piping; (E) Replace/Upgrade electrical system; (F) Replace/Upgrade telephone system; (G) Replace roof surfacing; (H) Evaluation of asbestos materials and/or lead based paints may be required. Subsequent preparation of plans and specifications may require definition of the removal and/or disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility; (I) The Government will reserve an option to negotiate construction inspection services and the preparation of Operating and Maintenance Support Information (OMSI); (J) Landscaping installation/renovation. A-E firms responding to this announcement will be evaluated on the above requirements based on the following criteria in relative order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Aggressive internal quality control program with demonstrated results of reducing design errors and/or omissions; (3) Specialized experience and technical competence in the type of work required of the proposed engineering/technical staff who will perform the work; (4) Capacity to accomplish the work in the required time; (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (6) Location of the firm in the general geographic area of the contract provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract; (7) Volume of work awarded to the firm by the Department of Defense during the last 12 month period; (8) Extent to which potential Contractors identify and commit to small/small disadvantaged businesses, historically black college/university, or minority institutions in performance of contracts. The initial work will be for Project AL9826M, REPAIR INTERIOR, BUILDING 7400. (Solicitation Number is N62467-96-R-3491). This work will include the renovation of approximately 6465 sf of existing auditorium space, including items (A), (B), (C), (D), (E), (F), (G), (H), and (I) above. No other general notification to firms for other similar projects performed under this contract will be made. Type of Contract: Firm Fixed Price. Firms which meet the requirements described in this announcement are requested to submit completed SF 254 (unless already on file) and SF 255, U.S. Government Architect-Engineer Qualifications, to the office shown above. The SF 255 should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. Firms responding to the announcement by APRIL 2, 1996 will be considered. In the case where an insufficient number of SF 255's are received, then firms having a current SF 254 on file with this office may be requested to submit a SF 255. This procurement will be issued as a small business set aside. SIC Code 8711 size standard $2.5 million. This is not a request for proposals. Inquiries concerning this announcement should mention location and solicitation number. Overnight delivery of submittals should be addressed to Officer in Charge of Construction, Bldg 5500, Marine Corps Logistics Base, Albany, Georgia 31704. (064)

Loren Data Corp. http://www.ld.com (SYN# 0046 19960308\C-0013.SOL)


C - Architect and Engineering Services - Construction Index Page