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