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