Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 9,1996 PSA#1591

Officer In Charge of Construction, P O BOX 1855, Building 2004, Quantico, Virginia

R -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS ELECTRICAL AND MECHANICAL DESIGN AND ENGINEERING SERVICES AT THE MARINE CORPS BASE, QUANTICO, VIRGINIA SOL N62477-96-D-1041 DUE 061096 POC Mary Jane Davey (703) 784-2028, Procurement Technician Contracting Officer: Debbie R. Lockett (703) 784-2976 Design and engineering services are required for the preparation of studies, plans, specifications, and costs estimates, complete and ready for bidding for several projects at the Marine Corps Base, Quantico, Virginia. The A&E firm may also have to provide Post Construction Award Services such as as-built drawing preparation, review and approval of shop drawings, construction site visits and consultation during construction. The initial project under this open-end contract will be: N62477-96-C-1042, Construct OCS Head Facility at the Marine Corps Base, Quantico, Virginia. Estimated Construction Cost is within a range between $100,000.00 and $250,000.00. The estimated design start date is 09 August 1996 and the estimated design completion date is 29 November 1996. Other projects which may be added by delivery orders will require the same basic professional skills. Individual fees for any one project may not exceed $100,000.00. The contract amount will not exceed $250,000.00 for the base year. The Government reserves the right to exercise three (3) one (1) year options for $250,000.00 each year, for additional services based on funding availability and satisfactory performance by the Contractor during the initial contract period. The total contract amount may not exceed $1,000,000.00. Projects under this open-end contract may require removal of asbestos material. This will be a firm-fixed price A&E contract. Significant Specific Evaluation Factors in Order of Importance Include: (1) Professional qualifications and organization of staff and subcontractors to be assigned to this project, including evidence of previous experience and performance with DOD contracts of this or comparable types necessary for satisfactory performance of required services;(2) Quality control process for all work. The firm shall submit a summary presentation of the firm's internal quality control program. The summary shall outline methods the firm uses to assure technically adequate deliverable products;(3) Specialized experience and technical competence in the type of work required;(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 work schedules;(6) Location in the general geographical area of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (7) Volume of work awarded to the firm by the Department of Defense (Description, Date and Amount) within the past 18 months. Architect-Engineer firms responding to this announcement are advised to highlight their responses to the above evaluation criteria in the SF 255 form. Given the nature and the size of the project, qualified firms from outside the immediate geographical commuting area may not be considered if an acceptable number of qualified firms submit from within the geographical commuting area. Use of the construction criteria base of the National Institute of Building Sciences is highly recommended. Firms which meet the requirements described in this announcement are invited to submit one (1), U. S. Government Architect-Engineer Qualifications, Standard Form 254 and 255 to the office shown below. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC), and Taxpayer Identification Number (TIN) on the Standard Form 254 in Blocks 3a and 1 respectively. In Block 10, state why your firm specifically qualified based on the selection evaluation criteria. Also, use Block 10 to provide additional information desired by your firm. Only SF 254 and SF 255 will be reviewed. Experiences identified in Block 8 should not be more than 5 years old. The A&E firm's primary person proposed to be the direct contact with Public Works Branch, Marine Corps Base, Quantico, Virginia throughout the contract should be identified as the ''Project Manager.'' Information in the cover letter and any other attachments will not be included in the official selection process. Fax copies of the SF 254 and SF 255 will not be accepted. Small Business size standard SIC Code is 8711, $2.5 million average over a three year period. Interested firms responding in writing to this announcement and submitting both a completed SF 254 and 255 will be considered for selection. Only firms responding to this announcement by close of business (4:00 PM) on the 30th day from the CBD Publication Date will be considered. Failure to address the criteria will result in disqualification from consideration. No other general notification to firms under consideration for this project will be made, and no further action is required. Submit responses to: Contracting Officer, Officer in Charge of Construction, Building 2004, ATTN: Code 20, Marine Corps Base, P O Box 1855, Quantico, Virginia 22134-0855. (0128)

Loren Data Corp. http://www.ld.com (SYN# 0061 19960508\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page