Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1999 PSA#2364

Officer in Charge of Construction, P.O. Box 43119, Marine Corps Logistics Base, Albany, GA 31704-3119

C -- DESIGN DEMOLITION AND REPLACEMENT ROOF,BLDG.10200, MARINE CORPS LOGISTICS BASE, ALBANY,GA SOL N62467-99-R-3455 DUE 071499 POC P.O.C. Alex Carr, phone # (912)439-5603 x14 E-MAIL: ALEX CARR, Carras@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 STRUCTURAL 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. Design services will include, but not limited to: (A) New and/or retro-fit structural design; (B) New and/or retro-fit floors, ceilings and/or walls; (C) New or replacement lighting; (D) New or replacement heating, ventilation, and air conditioning; (E) New or replacement interior water and sewer systems; (F) New or replacement electrical system; (G) New or replacement telephone system; (H) 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; (I) 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; and/or (J) Landscaping installation/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; and (9) Extent to which potential Contractors identify and commit to small/small disadvantaged business, historically black college/university, or minority institutions in performance of contracts. The initial work will be for Project AL0027M, Replace Roof, Building 10200. This work will include the replacement of the existing shingled and built-up roofing with a new standing seam metal roof over pre-engineered wood roof trusses; as well as extending roof penetrations through the new roof, including items (A), (C) and (D) 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 STRUCTURAL PROJECTS AT MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA." Contract number is N62467-99-R-3455. Estimated start date is 15 August 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 14 JULY 99 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 06/08/99 (W-SN340516). (0159)

Loren Data Corp. http://www.ld.com (SYN# 0023 19990610\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page