Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#2322

Officer in Charge of Construction, South Texas Area, Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5225

C -- INDEFINITE QUANTITY A/E CONTRACT TO PROVIDE ELECTRICAL/MECHANICAL ENGINEERING SERVICES, NAVAL AIR STATION CORPUS CHRISTI, NAVAL AIR STATION KINGSVILLE, AND NAVAL STATION INGLESIDE, TX SOL N62467-99-R-9392 DUE 051099 POC Jacque Visosky, Contract Specialist, Phone 361/961-2154, ext. 238, Fax 361/961-5175, Email visoskyjl@efdsouth.navfac.navy.mil Projects assigned to this regional contract will be located at Naval Air Station Corpus Christi, Naval Air Station Kingsville, and Naval Station Ingleside, Texas. Work consists of preparing detailed plans, specifications and cost estimates for electrical and mechanical design services for existing and new facilities. Design services may include, but not be limited to, airfield lighting, interior/exterior lighting systems, steam boilers and chiller plants, HVAC upgrades and controls. The contract may also require review of shop drawings and contract submittals. At this time there is no basic project assigned to this contract. The contract will be of the Indefinite Quantity type where the work will be required on an "as-needed" basis during the life of the contract providing the Government and Contractor agree on the amount. Typical delivery orders will range between $5,000 to $25,000. The contract shall not exceed twelve months or $250,000 total fee, whichever comes first. The Government reserves the option to extend the contract for one additional year, and guarantees a minimum amount of $10,000. The small business size standard classification is SIC 8711 ($2,500,000). This proposed contract is being solicitated on an unrestricted basis. Estimated date of contract award is on or about 15 June 1999. In addition to all information contained in Numbered Note 24, the following criteria apply: to (1) PROFESSIONAL CAPABILITIES, evaluation will be made in terms of, (a) Design team (including consultants) experience in the design of electrical/mechanical engineering projects of a TYPE and SIZE commensurate with those anticipated for this contract, (b) Design team members active professional registration, (c) designated role of each team member in the relevant projects listed in Block 8 of the SF 255, (d) recent firm experience in the design of electrical/mechanical engineering projects commensurate with those anticipated to be completed on this contract, and (e) specific back-up electrical/mechanical engineering personnel and consultants, and their qualifications involving relevant electrical/mechanical engineering design services (subcontracting plan is required to be submitted with the SF 255); also, (6) QUALITY CONTROL PROGRAM, including performance of quality control on prior Department of Defense (DOD) contracts. Submit an adequate summary of the program ensuring technical accuracy and discipline coordination of plans, specifications, and reports/studies; (7) EXTENT to which potential contractors identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor; (8) DEMONSTRATED success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; and designating as criteria (9), the volume of DOD work awarded to the firm by the DOD during the previous 12 months. Architect-Engineer firms which meet the above requirements are invited to submit complete, updated SF 254 and SF 255 forms to the Contracts Office no later than 2:00 p.m. CST, 10 May 1999. This is not a request for a proposal. Posted 04/08/99 (W-SN317732). (0098)

Loren Data Corp. http://www.ld.com (SYN# 0018 19990412\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page