Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,1997 PSA#1822

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

C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN AND ENGINEERING SERVICES TO UPGRADE ELECTRICAL SYSTEM, WAREHOUSES 1221, 1230, 1251, MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA SOL N62467-97-R-3516 DUE 051397 POC Ms. Patty Morgans, (912) 439-5603. Firm Fixed-Price Architectural-Engineering services are required for preparation of plans, specifications, and cost estimates suitable for bidding and construction. The project encompasses upgrading of Electrical System in Warehouses 1221, 1230, and 1251 by replacing the existing Main Distribution Panels, Subpanels, existing secondary wiring and existing lighting system with 1000 watt Metal Halide Fixtures. Demolition of existing electrical system will be required. Selection will be based on the following criteria which are numbered in order of importance: (1) Recent specialized experience of the firm in the design of Electrical Systems for new construction and for retrofit projects for warehouses, commercial and industrial buildings (Include Government and Private Experience). List experience with similar projects successfully designed in the last five years; (2) Professional Qualifications of the staff (in house and/or consultants) with respect to the overall make up of the design. The experience androles of the key design personnel, specifically on related projects addressed in criteria element one; (3) Ability of the firm to accomplish the contemplated work within a minimum reasonable time limit; as demonstrated by the impact of the workload of the firm's permanent staff, projected workload during the anticipated design period, the firm's history of successfully completing projects in compliance with performance schedules and providing timely construction support. Provide specific experience and relate time frames to accomplishment of similar design efforts. If consultants are involved, address history of working relationship; (4) Proven quality control of design documents. Performance on cost control in terms of budget control throughout the design effort as well as bid results. Knowledge of bid climate and related impact factors; (5) Past Performance (with emphasis on similar efforts cited in criteria elements one and two) with Government agencies and/or private industry. Demonstrated long term Government or private business relationships, repeat business on related efforts and construction support; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Location in the general geographical area of the project and knowledge of the locality including appropriate selection of construction materials and methods; provided, that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (8) Volume of work previously awarded by the Department of Defense (DOD) to the firm in the last 12 months (Do not provide this information since the Government has the data), with the objective of effecting equitable distribution of contracts among qualified Architect-Engineer firms, including minority-owned firms and firms that have not had prior DOD contracts. The following option may be included: Construction Support Services (to include construction inspection services, review of contractor submittals, preparation of as-built drawings, and the preparation of Operating and Maintenance Support Information (OMSI). The estimated date for start of design of this project is June 1997. The estimated completion date for construction is June 1998. The estimated construction cost is between $1,000,000.00 and $5,000,000.00. The firm selected for this contract must be familiar with the preparation of specifications and costs estimates utilizing Naval Facilities Engineering Command (NAVFAC) SPECINTACT program and CES format. Type of Contract: Firm Fixed Price. The title of this contract shall be "Design Electrical Upgrade, Warehouses 1221, 1230, and 1251, Marine Corps Logistics Base, Albany, Georgia." Contract number is N62467-97-R-3516. Firms which meet the requirements described in this announcement and wish to be considered are requested to submit completed SF 254 (unless already on file) and SF 255, U.S. Government Architect-Engineer Qualifications, to the off~ice shown above. The SF 255 should clearly indicate the off~ice location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. Specifically address all criteria elements listed, with additional sheets attached as required. Firms responding to the announcement by 13 May 1997 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 off~ice may be requested to submit a SF 255. This procurement is issued as an unrestricted procurement. This is not a request for proposals. Inquiries concerning this announcement should mention location and contract number. Overnight delivery of submittals should be addressed to the Off~icer in Charge of Construction, Bldg. 5500, Marine Corps Logistics Base, Albany, Georgia 31704. (0099)

Loren Data Corp. http://www.ld.com (SYN# 0025 19970411\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page