Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1999 PSA#2398

Officer in Charge, NAVFAC Contracts, Naval Air Warfare Center Aircraft Division, Highway 547, Building 5, Lakehurst, NJ 08733-5011

C -- C-ARCHITECT-ENGINEER (A-E) SERVICES FOR VARIOUS ARCHITECTURAL/ CIVIL/STRUCTURAL PROJECTS AT THE NAVAL AIR ENGINEERING STATION, (NAES), LAKEHURST, NJ SOL N62472-99-D-3013 DUE 092399 POC John Muller, Contract Specialist, 732-323-2695; Fax 732-323-2792; E-Mail: mullerjp@navair.navy.mil. This solicitation is being issued on an unrestricted basis, therefore, all interested and suitable business concerns are encouraged to respond. Applicable SIC Codes are 8711 and 8712; the Small Business Size Standard Classification is $4,000,000. This will be an Indefinite Quanity (IQ) Contract to provide architectural-engineering (A-E) services for architectural/civil/structural projects to repair and/or renovate the interiors and/or exteriors of various buildings and other facilities or to repair, replace or renovate the infrastructure at NAES. The work will be located at the Naval Air Engineering Station (NAES), Lakehurst, NJ. An A-E firm with multi-discipline capabilities is required to provide technical studies and/or designs with all associated architectural or engineering services coincident with the production of construction contract plans, specifications and cost estimated for an assortment of projects. The work primarily involves architectural, civil or structural design but may also includeincidental mechanical, electrical, fire protection, environmental, etc. aspects. Phased work and Pre-priced options may be includes in the contract at the discretion of the government. Phases/Options may include: Design Completion for studies or preliminary design; Post Construction Award Services (PCAS) such as shop drawing review/approval, consultation during construction, preparation of record drawings, construction inspection, etc. A span of up to eighteen months may occur between the completion of the basic task order requirements and the award of optional work. As part of this contract, assessment of facilities for asbestos containing materials, lead or other contaminants may be required, as well as, the design for the abatement removal of the asbestos, lead and/or other contaminants in those facilities. Firm unwilling, unable or not possessing qualifications (in house or through a sub-contractor/consultant) to perform work involving the detection of hazardous material (e.g. asbestos, lead, PCB's, etc.) and the subsequent design for its abatement and/or removal will not be considered for this contract. General Contract Terms: Firm fixed price by project (task order) with no dollar limit per project; maximum cumulative amount of the contract -- $495,000; minimum contract amount -- $25,000; length of contract -- one year with an optional second year exercised at the discretion of the Government (award of the second year will depend on the peformance of the A-E firm during the initial year of the contract as well as the design workload). The estimated contract award date is January 2000. Contract (and task order) award is contingent upon the availability of funds. In order of importance, the principal evaluation factors for selection are: 1) Specialized experience and competence (including quality control program) of the firm in the type of work described above; 2) Professional Qualification of the staff to be assigned to this contract that will assure the satisfactory performance of the required services; 3) Past Performance on contracts with Government agencies (with emphasis on the DOD) and private industry in terms of cost control, quality of work, and compliance with performance schedules; 4)Capacity of the assigned team to accomplish the work within required time constraints; 5) Volume of work perviously awarded to the firm by DOD; 6) Geographics location of the firm with respect to the planned area of work and knowledge of the locale whrere the projects will occur; 7) the use of small business, small disadvantaged business or women owned business firms as primary consultants or as subcontractors; 8) Demonstrated success in prescribing the use of recovered materials as well as achieving waste reduction and energy efficiency in facility design. A secondary evaluation factor for selection is the observance of the instructions provided in the Standard Form (SF) 254 and 255 as well as those listed below for the completion and submission of responses to this advertisement. (Please Note: For purposes of conforming to the requirements of Criterion #2 with respect to Fire Protection Engineering, the A-E or his subcontractor must employ multiple personnel each of whom meets one or more of the following: 1) engineers who have a Bachelor of Science or Masters of Science Degree in Fire Protection Engineering conferred by a college or university with an accredited engineering program in that specialty plus, a minimum of four years of work experience in fire protection engineering; 2) engineers who have been granted a state license as a Professional Engineer in the field of Fire Protection Engineering; 3) engineers who have been granted a state license as a Professional Engineer in a field related to fire protection engineering and have attained member grade status in the Society of Fire Protection Engineers; 4) engineers who have a minimum of ten years of work experience in fire protection engineering and have attained member grade status in the Society of Fire Protection Engineers.) At any time during the term of this contract, the A-E may be required to use the Systeme International (SI) units of measure for the preparation of design calculations and construction contract documents. Responses must include a description of the firm's ability to use SI. The construction contract documents submitted for this contract will be prepared by computer to the maximum extent practical. NAES employs a Microsoft Windows computer system which uses: SPECSINTACT for this preparation of specifications and Microsoft Word for the preparation of all other text information; Microsoft Excel for spreadsheet applications; and AutoCAD, Dwg format for drawings. The A-E will be required to submit final versions of text, specifications and drawings that are prepared for this contract in hard copy as well as on either compact discs (preferable) or 3 1/2 inch high density disketts that are ready for use with the computer system and software as stated above as well as the version of that software currently in use at NAES. Evaluation of respondentswill be based on the information provided in completed Standard Forms (SF) 254 and 255. Posted 07/27/99 (I-SN359364). (0208)

Loren Data Corp. http://www.ld.com (SYN# 0024 19990729\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page