|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311Officer in Charge of Construction, P.O. Box 43119, Marine Corps
Logistics Base, Albany, GA 31704-3119 C -- INDEFINITE DELIVERY QUANTITY ARCHITECT-ENGINEER CONTRACT FOR
CIVIL PROJECTS AT MARINE CORPS LOGISTICS BASE, ALBANY, GA SOL
N62467-99-R-3434 DUE 042999 POC Ms. Patty Morgans, (912)439-5603 Ext.
15 FAX(912)439-5999 email: morganspa@efdsouth.navfac.navy.mil E-MAIL:
Patty Morgans, morganspa@efdsouth.navfac.navy.mil. Architect-Engineer
or Engineering Services are required for preparation of plans,
specifications, cost estimates, related studies, and all associated
engineering services for several projects under an indefinite quantity
contract for Marine Corps Logistics Base, Albany, Georgia. There is
likely to be a wide variation in the complexity and size of the CIVIL
design projects issued under this contract as Task Orders. However, no
single task order will exceed $99,000, in total fees. The duration of
the initial contract will be for a maximum period of 12 months from
the date of initial contract award. The proposed contract includes
includes a Government option for the same terms and conditions of the
original contract for an additional maximum period of 12 months. A
maximum of $100,000 in task orders is possible during each period not
to exceed $200,000 for the entire contract. The Government reserves the
right to exercise the option after one year or once maximum fees are
met, whichever comes first. Designservices will include, but not
limited to: (A) Replace/Upgrade gas and water lines; (B) Security
fencing; (C) Roads and parking lots, new and resurfacing; (D) Perform
property and topographic surveys; (E) Drainage improvements; (F)
Replace/Upgrade railroad trackage; (G) Evaluation and definition of
asbestos materials may be required. Subsequent preparation of plans and
specifications may require definition of the removal and/or disposal
process. Firms responding to this announcement must be prepared to
accept the aforementioned as a part of their contract responsibility;
(H) The Government will reserve an option to negotiate construction
inspection services and the preparation of Operating and Maintenance
Support Information (OMSI) and/or as-built drawings; (I) Landscaping
installation and renovation. A-E firms responding to this announcement
will be evaluated on the above requirements based on the following
criteria in relative order of importance: (1) Professional
qualifications (in-house and/or consultants) necessary for satisfactory
performance of required services; (2) Aggressive internal quality
control program with demonstrated results of reducing design errors
and/or omissions. Performance on cost control in terms of budget
control throughout the design efforts as well as bid results. Knowledge
of bid climate and related impact factors; (3) Recent specialized
experience and technical competence in the type of work required of the
proposed engineering/technical staff who will perform the work. List
experience with similar projects successfully designed in the last five
years; (4) Capacity to accomplish the work in the required time; as
demonstrated by the impact of this workload of the firm's permanent
staff, projected workload during the anticipated design period; the
firm's history of successfully completing projects in compliance with
performance schedules and providing timely construction support.
Provide specific experience and relate time frames to accomplishment of
similar design efforts. If consultants are involved, address history of
working relationship; (5) Past performance on contracts with Government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules. Demonstrated long term
Government or private business relationship repeat business on related
efforts and construction support; (6) Location of the firm in the
general geographic area of the contract provided that application of
this criterion leaves an appropriate number of qualified firms, given
the nature and size of the contract; (7) Volume of work awarded to the
firm by the Department of Defense during the last 12 month period with
the objective of effecting equitable distribution of contracts among
qualified Architect-Engineer firms; (8) Demonstrated success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. The initial work
will be for Project AL-0110M, Repair Streets, Various Locations. This
work will include therepair/resurfacing of approximately 33,000 sy of
existing paving, including items (C), (D), and (E) above. No other
general notification to firms for other similar projects performed
under this contract will be made. Type of Contract: Firm Fixed Price.
The title of this contract shall be "INDEFINITE DELIVERY QUANTITY
ARCHITECT-ENGINEER CONTRACT FOR CIVIL PROJECTS AT MARINE CORPS
LOGISTICS BASE, ALBANY, GEORGIA." Contract number is N62467-99-R-3434.
Estimated start date is 1 June 1999. Firms which meet the requirements
described in this announcement are requested to submit completed SF 254
(unless already on file) and SF 255, U. S. Government
Architect-Engineer Qualifications, to the office shown above. The SF
255 should clearly indicate the office location where the work will be
performed and the qualifications of the individuals anticipated to
work on the contract and their geographical location. Firms responding
to the announcement by 29 APRIL 1999 will be considered. In the case
where an insufficient number of SF 255's are received, then firms
having a current SF 254 on file with this office may be requested to
submit a SF 255. This proposed contract is 100% set-aside for small
business concerns. Standard Industry Code (SIC) 8711. Size standard
$2.5 Million. THIS IS NOT A REQUEST FOR PROPOSALS AND THERE IS NO
SOLICITATION PACKAGE. Inquiries concerning this announcement should
mention location and contract number. Overnight delivery of submittals
should be addressed to Officer in Charge of Construction, Bldg 5500,
Marine Corps Logistics Base, Albany, Georgia 31704. Posted 03/24/99
(W-SN311992). (0083) Loren Data Corp. http://www.ld.com (SYN# 0022 19990326\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|