|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390Contracting Officer, U.S. Coast Guard AVTRACEN, 8501 Tanner Williams
Road, Mobile, AL 36608-8322 C -- ARCHITECTURAL/ENGINEERING SERVICES FOR REPAIR AND ALTERATION
PROJECTS FOR THE AVIATION TRAINING CENTER SOL DTCG48-99-R-DAX112 DUE
081599 POC Contracting Officer -- A D Palma, 334-441-6312 E-MAIL:
E-Mail the Contracting Officer, apalma@atc.uscg.mil. The US Coast Guard
is seeking sources for the performance of general architectural and
engineering services for repair and alteration projects at the Aviation
Training Center, Mobile, AL. Multiple purchase orders may be placed
subject to negotiation individually. In each instance total fees for
services will not exceed $25,000. There is no guaranteed minimum. A
maximum of 4 firms will be selected. Three of the four firms will be
emerging small business set asides and the fourth will be 8(A)
certified. In the event 8(A) responses are not adequate to establish
competition in accordance with the Brooks Act (3 or more qualified
firms establishes adequate competition), the fourth selection will
become an emerging small business set aside also. A-E services which
may be required under any resulting contract include: fundamental
design, final design and construction phase services for various
construction and alteration projects; A-E studies, surveys, soil
borings, investigative reports, and design criteria development;
revision of A-E drawings of various facilities to reflect
modifications; development of site and utilities plans; structural
analyses and feasibility studies; and construction quality control
inspection. Types of projects may include (1) alterations and
modifications of existing hangar, classroom, automotive,
administrative, barracks and MWR facilities, (2) heating, ventilating
and air conditioning modifications, (3) design of fire protection and
detection systems, and (4) modification to electrical plant and systems
(5) site improvements. Firms will be evaluated according to the
following criteria, which are listed in descending order of importance:
(A) Demonstrated experience and technical competence in performing
design and construction phase A-E services for Aviation and DOD bases.
(B) Experience and professional qualifications of proposed key
personnel in all A-E disciplines; (C) Capacity of the firm to complete
delivery orders within a reasonable time period, including depth of
professional staff in all A-E disciplines and depth of support staff;
(D) Record of past performance on contracts with Government agencies
and private industry in terms of cost control, quality of work, and
compliance with performance schedules; and (E) Location in the general
geographical area of the project, i.e., within Louisiana, Mississippi,
Alabama, Georgia, and Florida. Firms which possess the qualifications
to perform the services described are invited to submit a completed
SF255, Architect-Engineer Questionnaire for a Specific Project, and a
SF254, Architect-Engineer and Related Services Questionnaire to the
office above no later than August 15, 1999. Selection criteria will be
conducted with combined use of SF254 and SF255. Interested firms with
more than one office should indicate of their SF254 and SF255 the
staffing composition of the office in which the work will be performed.
Firms, including consultants, must meet the following requirements: 1)
licensed architect; 2) licensed mechanical and electrical engineer.
Consideration will be given to interested firms who respond to this
advertisement in accordance with the foregoing instructions in the
following order of preference: This procurement falls within a
designated industry group subject to the small business competitiveness
demonstration program and is restricted to emerging small business. The
standard industrial code is 8712, and the small-business size standard
is average annual receipts for last three fiscal years not exceeding
$2.5 million. This notice is for informational purposes for Minority,
Woman-Owned and Disadvantaged Business Enterprises: The Department of
Transportation (DOT), Office of Small and Disadvantaged Business
Utilization (OSDBU), has a program to assist minority, woman-owned and
disadvantaged business enterprises to acquire short-term working
capital assistance for transportation-related contracts. Loans are
available under the DOT Short Term Lending Program (STLP) at prime
interest rates to provide accounts receivable financing. The maximum
line of credit is $500,000. For further information and applicable
forms concerning the STLP, call the OSDBU at 800/532-1169. For
information concerning the acquisition, contact the contracting
official listed above. Posted 07/15/99 (W-SN354897). (0196) Loren Data Corp. http://www.ld.com (SYN# 0044 19990719\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|