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