|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#2167Officer in Charge of Construction, P.O. Box X7, Bldg 1138T1, Marine
Corps Air Ground Combat Center, Twenty Nine Palms, CA 92278-0107 C -- ARCHITECTURAL ENGINEERING SERVICES FOR VARIOUS
CIVIL/ENVIRONMENTAL PROJECTS SOL N68711-98-D-1178 DUE 093098 POC Merry
C. Pilgrim 760-830-7337 E-MAIL: OICC, MCAGCC 29 PALMS, CA,
slmcgee@efdswest.navfac.navy.mil. This is a firm fixed price indefinite
quantity contract for Architectural-Engineering Services for Various
Civil/Environmental Projects. The services required may include, but
will not necessarily be limited to: (1) preparation of engineering
studies, environmental assessments, DD 1391's, 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; utility studies and
improvements, cross connection protection, hazardous waste containment
facilities, and other projects that are primarily general civil or
civil/environmental in nature. A-E selection criteria are listed in
order of importance and will include: (l) Recent specialized experience
and technical competence in the preparation of the design of: utility
studies and improvements, cross connection protection, and hazardous
waste containment facilities. 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, energy conservation, and
pollution prevention 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
$950,000. The A-E fee for any one project may not exceed $500,000. If
the Government exercises the option to extend the contract, the total
amount of the contract shall not exceed $1,900,000. The minimum
contract amount (guarantee) will be $5,000. The estimated start date is
December 1998. The estimated completion date is December 1999, with an
option available to the Government to extend the contract for one
additional year until December 2000. This procurement is 100% Set-Aside
for Small Business Concerns, SIC 8711, Size Standard $2,500,000. 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, 30 September 1998, 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.*****
Posted 08/24/98 (W-SN240998). (0236) Loren Data Corp. http://www.ld.com (SYN# 0021 19980826\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|