|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1998 PSA#2108Officer In Charge Of Construction, 751 Enterprise Ave., Naval Air
Station, Lemoore, California 93246-5011 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL-ENGINEERING
SERVICES FOR VARIOUS ARCHITECTURAL, CIVIL AND STRUCTURAL PROJECTS AT
THE NAVAL AIR STATION, LEMOORE, CALIFORNIA SOL N62474-98-R-3534 DUE
071098 POC Contact Glenda Allen, Contracting Officer, (209) 998-3905.
Firm Fixed Price Indefinite Quantity Architect-Engineering Services are
required for the preparation of engineering studies, site
investigations, final plans, specifications, design criteria, surveys,
cost estimates, shop drawing reviews, and construction consultation
for Architectural and Civil/Structural repairs, alterations, new
construction and/or equipment installation projects. The initial
project has not been determined, however, project work may include but
not be limited to, (a) Architectural -- demolition asbestos, lead,
hazardous material identification and abatement, roofing systems,
building structure, interior and exterior features and finishes,
landscape design, interior design, architectural programming, graphic
presentation (including renderings, CAS simulation, and photography)of
physical planning and (b) Civil/Structural -- site demolition and
preparation, industrial and sanitary wastewater collection systems,
water treatment and distribution systems, minor hazardous waste cleanup
and removal, storm drainage systems, roads, parking, fencing,
playground and associated type facilities, building cladding and
framing systems, building foundation systems, structures and
foundations for towers, platforms, catwalks, tanks, manholes, utility
supports, geotechnical studies and associated documentation, and
topgraphic and boundary surveys present at any project location. The
A-E may be required to conduct assessments to determine the presence of
asbestos, lead or other hazardous materials; to conduct comprehensive
hazardous material surveys, including sampling and testing, and if
required, preparation of plans and specifications showing tghe
locations and defining the procedure to be followed during construction
and/or demolition to prevent unauthorized handling or release of
hazardous materials. Firms unable to accept or perform work that
involves asbestos/lead or other hazardous materials need not apply.
This contract is for a period of one year with a maximum total dollar
amount of $250,000 per year, with an option available to the Government
to extend the contract for one additional year with the sam
limitations. A minimum fee of $10,000 is guaranteed if no work is
ordered after contract award. This minimum fee guarantee applies to the
option year as well, should no work be ordered after award. The A-E fee
per project delivery order will not exceed $99,000. The estimated start
date is December 1998. The A-E selection criteria will include (in
order of importance): 1. Recent Specialized Experience (within the last
5 years) of the individuals assigned to this contract including
consultants in (a) designing similar repair, alteration, renovation and
new construction, etc. projects, (b) projects involving asbestos and
lead containing materials, and other hazardous materials, (c) designing
to Navy Facility design criteria, (d) using interdisciplinary design
reviews of similar projects, (e) using cost control procedures on
similar projects, and (f) post-construction contract award services on
similar projects to ensure compliance with the intent of contract
documents. 2. Professional Qualifications of the individual design team
members (in house and consultants). The experience and roles of key
design personnel, specifically on related projects addressed in
criteria one above. 3. Past Performance on contracts with Government
agencies and/or private industry in terms of quality of work,
compliance with performance schedules, and cost control. The A-E firm's
quality control practices/techniques, including performance of quality
control on prior department of defense contracts. 4. Capacity: (a)
professional ability to perform multiple projects concurrently. If
consultants are involved, address history of working relationship, (b)
current volume of work. 5. Geographic Location: (a) location of firm
in the geographical area of the project, provided there is an
appropriate number of qualified firms therein for consideration, (b)
knowledge of probable site conditions that may arise, and (c) knowledge
of regulatory requirement that would affect the projects. If the firm
has branch offices in more than one city, indicate the number of
personnel in each discipline in the office that will be responsible for
work under this contract. Also indicate prior names your firm has used
in the past three years, including the parent company, branch offices,
affiliates, associations, and subsidiaries. 6. Use of Small or
Disadvantaged or Women-Owned Business Firms as primary consultants or
subcontractors. 7. Volume of work previously awarded by the Department
of Defense (DOD) for the past 12 months to the firm. (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 small and minority-owned firms and
firms that have not had prior DOD contracts. Architect-Engineer firms
which meet the requirements described in this announcement and wish to
be considered are invited to submit a completed SF254, and SF255 for
each firm proposed. The SF255 with attachments shall be limited to no
more than 25 pages and not smaller than 12 pitch font. Every page that
is not a SF254 will be included in the page count. The submittal must
be received in this office (Bldg. 751, ATTN: Katherine Overby) no
later than close of business, 10 July 1998. Submittals received after
this date and time will not be considered. Should the due date fall on
a weekend or official government holiday, the SF255 will be due the
first workday thereafter. Indicate solicitation number in Block 2d, fax
number, if any, in Block 3a, Contractor Establishment Code (CEC) and/or
Data Universal Numbering System (DUNS) Number for the address listed in
Block 3, and TIN number in block 3 on the SF 255. This proposed
contract is being solicited on an unrestricted basis, therefore,
replies to this notice are requested from all business concerns. This
is not a requrest for proposals. Inquiries concerning this project
should mention location and contract number. Personal interviews may
not be scheduled prior to selection of the most highly qualified firm.
Firms which design or prepare specifications for a construction
contract or procurement or procurement of supplies cannot provide the
construction or supplies. The limitation also applies to subsidiaries
and affiliates of the firm. Site visits will not be arranged during the
submittal period. Telegraphic and facsimile SF254s and SF255s will not
be considered. Label the lower right corner of the envelope with
Solicitation number N62474-98-R-3534, ATTN; KO.***** (0152) Loren Data Corp. http://www.ld.com (SYN# 0018 19980603\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|