Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 22,1999 PSA#2307

ROICC, MCAS Yuma, Box 99129, Yuma AZ 85369-9129

C -- FIRM-FIXED PRICE CONTRACT FOR ARCHITECTURAL/ENGINEERING SERVICES PREPARE DRAWINGS AND SPECIFICATIONS FOR THE CONSTRUCTION OF NEW BITUMINOUS ASPHALT PAVEMENT, PORTLAND CEMENT CONCRETE, SLURRY SEAL EXISTING ASPHALT PAVEMENTS AND INSTALL PETROLEUM RESISTANT ASPHALT SURFACE TREATMENT AT MARINE CORP SOL N68711-99-R-2938 DUE 040199 POC POC is Michele Watts/Contract Specialist (520) 341-2213, Nancy Trent/Contracting Officer (520) 341-2663 Firm-Fixed Price Contract. This contract is set-aside for Small Businesses in accordance with 8712 SIC code. The contract amount will not exceed $100,000. The estimated start date is 1 May 1999 and estimated completion date is 1 July 1999. The Resident Officer in Charge of Construction, Yuma, AZ is currently seeking Architect-Engineer services to prepare drawings and specifications for the construction of new bituminous asphalt pavement, Portland cement concrete, slurry seal existing asphalt pavements and install petroleum resistant asphalt surface treatment at Marine Corps Air Station, Yuma, AZ. CRITERIA: The A-E evaluation criteria shall include (in order of importance) (1) Recent specialized experience and technical competence in preparing drawings and specifications for the construction of new bituminous asphalt pavement, Portland cement concrete, slurry seal existing asphalt pavements and install petroleum resistant asphalt surface treatment. (2) Professional qualifications of the staff to be assigned to this project include recent experience in preparing drawings and specifications for the construction of new bituminous asphalt pavement, Portland cement concrete, slurry seal existing asphalt pavements and install petroleum resistant asphalt surface treatment. List only the team members who actually will perform major tasks under this project and qualifications should reflect the individuals potential contribution to this project. (3) Past performance on contracts with government agencies and private industry in terms of quality of work, indicate briefly describing internal quality assurance/quality control procedures and indicate team members who are responsible for monitoring these processes. Indicate effectiveness of construction cost estimating procedures by indicating preliminary owners budget estimates, A-E estimate, construction award amount and percentage differential and construction change order for up to five recent projects. List recent awards, commendations and other performances evaluations. (4) Professional capacity of the firm to accomplish the work in the required timeframe. Indicate the firm's present workload and availability of the project team (including consultants) for the specified contract performance period. (5) Location in the general geographic area of the project, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of the projects. (6) Volume of work. Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting equitable distribution of contracts among qualified A-E firms. ADDITIONAL REQUIREMENTS: Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's SF 255. One copy of the submittal package is to be received in this office no later than 3:00 P.M. Mountain Standard Time on 1 April 1999. Submittals received after this date and time will not be considered. Additional information requested of applying firms. Indicate solicitation number in block 2b, Duns number (for address listed in block 3) and TIN number in block 3, telefax number 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 qualified firm. SF 255 's shall not exceed 25 pages (double sided is two pages/organization 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 25 page limit will not be included in the evaluation process). Firms not providing the requested information in the format directed by this synopsis (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc) may be negatively evaluated under selection criteria (3). Firms, their subsidiaries or affiliates, 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. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. See Numbered note(s) 6 & 24. Posted 03/18/99 (W-SN310102). (0077)

Loren Data Corp. http://www.ld.com (SYN# 0034 19990322\C-0015.SOL)


C - Architect and Engineering Services - Construction Index Page