Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1998 PSA#2108

Officer 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