|
COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1997 PSA#1894Officer in Charge of Construction, Building 1138T1, P.O. Box X7, Marine
Corps Air Ground Combat Center, Twentynine Palms, CA 92278-0107 C -- ARCHITECTURAL ENGINEERING SERVICES FOR VARIOUS MECHANICAL
ENGINEERING PROJECTS, MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE
PALMS, CA SOL N68711-97-D-7398 DUE 082897 POC Mrs. Merry C.
Pilgrim/Contracting Officer, (760) 830-7414. This is a firm fixed price
indefinite quantity contract for Architectural-Engineering Services for
Various Mechanical Engineering Projects. The services required may
include, but will not necessarily be limited to: (1) preparation of
engineering studies, analyses, reports, and cost estimates as
designated: (2) preparation of contract documents for designated
construction, repair and maintenance projects. Typical projects may
include but will not necessarily be limited to heating and cooling
systems, refrigeration systems, high temperature hot water systems,
plumbing systems. and other projects that are primarily mechanical in
nature. A-E selection criteri~a are listed in order of importance and
will include: (1) Recent specialized experience and technical
competence in the preparation of the design of: heating and cooling
systems, refrigeration systems, high temperature hot water systems, and
plumbing 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 any) 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; (7) Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design; and (8) Use
of Small or Disadvantaged or Women-Owned business firms as primary
consultants or as subcontractors. The maximum contract value for the
base year is $450,000.00. The A-E fee for any one project may not
exceed $99,000.00. If the Government exercises the option to extend the
contract, the total amount of the contract shall not exceed $900,000.
The minimum contract amount (guarantee) will be $22,500.00. The
estimated start date is December 1997. The estimated completion date is
December 1998. with an option available to the Government to extend the
contract for one additional year until December 1999. 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, 28 August 1997, or the 30th calendar day after the date of
appearance of this announcement in the Commerce Business Daily (CBD),
whichever is later, will be considered. Should the due date fall on a
weekend or holiday, the submittal package will be due the first
workday there after. 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.~~ (0203) Loren Data Corp. http://www.ld.com (SYN# 0024 19970724\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|