Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1996 PSA#1585

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

C -- ARCHITECTURAL AND ENGINEERING SERVICES FOR PROJECT R9-96, REPAIR FIRE PROTECTION AND REPORTING SYSTEM, MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA Sol N68711-96-C-5217 due 051496. Contact Mrs. Merry C. Pilgrim/Contracting Officer, 619-830-7337. This is a firm fixed price contract for Architectural-Engineering Services for Project R9-96. Repair Fire Protection and Reporting System. Marine Corps Air Ground Combat Center. Twentynine Palms, California. This contract covers the furnishing of Architectural and Engineering Services for the preparation of separate plans, specifications and cost estimates for repairing and bringing up to code the Combat Center's fire protection and reporting system. If asbestos or hazardous material is present, the A-E will be required to identify them and provide for their disposal or treatment in construction plans and specifications in accordance with applicable rules and regulations pertaining to such hazardous materials. A-E selection criteria is listed in order of importance and will include: (1) Recent specialized experience and technical competence in design of fire protection and reporting systems. 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 (including consultants if applicable) 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 applicable) 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 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 estimated start date is June 1996. The estimated design completion date is September 1996. 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, 14 May 1996, will be considered. 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 solicitation 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 list which office is under contract for any contracts 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 Disadvantage 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 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. (116)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960430\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page