|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1999 PSA#2398C-ARCHITECTURAL-ENGINEER (A-E) SERVICES FOR VARIOUS ARCHITECTURAL
/CIVIL/STRUCTURAL PROJECTS AT THE NAVAL AIR ENGINEERING STATION,
LAKEHURST, NJ THIS IS THE CONTINUATION OF PROJECT N62472-99-D-3013:
Include separately identified SF 254 and SF 255 sheets (not necessarily
entire forms) for any contemplated subcontractors or consultants. THE
SF 254 AND SF 255 SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE
THE CURRENT VERSIONS OF THOSE FORMS. ALL PERTINENT INFORMATION MUST BE
CONTAINED WITHIN, AND RELEVANT TO, THE VARIOUS SECTIONS OF THE SF 254
OR SF 255; NO OTHER INFORMATION OR ATTACHMENTS THAT ACCOMPANY THE SF
254 AND SF 255 (e.g. company brochures) WILL BE CONSIDERED IN THE
EVALUATION PROCESS. Computer generated replicasd of the SF 254 and SF
255 are acceptable. Only one copy of each form is required; additional
copies as well as information which is not a component of either the
SF 254 or SF 255 will be discarded. No information will be returned.
OBSERVE THE FOLLOWING WHEN COMPLETING THE SF 255; 1) In Block 3 --
Firms with offices in multiple locations must clearly indicate the Site
at which the work will be performed and, in Block 7C for each key
person -- the office (city and state) at which that individual is
employed; 2) Use Section 8 to described individual projects (not IQ
Contracts) that exemplify past work done by the firm -- maximum length
of description per project will be one side of an 8 1/2 x 11 sheet
(photographic or graphics material about a project is permissible on
the facing side of the previous 8 1/2 x 11 sheet); 3) For each project
listed in Section 8, indicate the key persons from Section 7 who
worked on that project and their role in that specific endeavor; 4) as
appropriate, use either Section 9 or Section 10 (not Section 8) to
reference IQ contracts experience; 5) In Section 10, described the
reasons why the firm is especially qualified for the work with regard
to each of the evaluation factors listed above. Include the following
in the appropriate selection criterion narration provided in Section
10: a) the process used for cost control and the key person from
Section 7 who will be responsible; b) the process used for quality
control and the key person from Section 7 who will be responsible; c)
the process used for compliance with the performance schedule and the
key person from Section 7 who will be responsible; d) a Table of
Experience with the projects from Section 8 listed in the left hand
column, the key personnel from Section 7 (including proposed
subcontractors/consultants) listed along the top row, and the role of
each respective key person (Project Manager -- PM, Architect in Charge
-- AIC, Engineer in Charge -- EIC, Architect -- A, Civil Engineer --
CE, Mechanical Engineer -- ME, Electrical Engineer -- EE, Fire
Protection Engineer -- FPE, etc.) indicated at the appropriate spaces
in the table (column/row intersections); e) in tabular form and for
each project listed in Section 8, provide the scheduled date of design
completion, the actual date of design completion, the estimated cost
of construction at design completion and the actual cost of
construction for the completed project.As attachments, provide any
letters of recommendations or performance evaluation of each of the
projects listed in Section 8 followed by any other recommendations or
evaluations considered pertinent. Use Section 10 of the SF 255 and, if
necessary, continue on PLAIN BOND PAPER to provide any additional
information desired; maximum amount of text in Section 10 (excluding
the tables indicated above) -- fifteen (15) sides of 8 1/2 x 11 sheets
using a 10 point or larger font. A-E firms that meet the requirements
described in this announcement are invited to submit their completed
SF 254 and SF 255 to the office listed above. Firms responding to this
announcement by 4:30 p.m., local time, on 02 September 1999 will be
considered. Firms have a current SF 254 on file with this office may
also be considered. Should the due date fall on a weekend or on an
official Government holiday responses are due on the first Government
workday thereafter. Responses received after the date indicated above
will be handled in accordance with FAR 52.215-10. All responses must be
sent by a bona fide delivery or courier service; submittals hand
carried by other personnel will not be accepted. Facsimile responses
will not be accepted. The US Post Office and all other major
consignment services will deliver packages to the address listed above.
THE FIRM SELECTED FOR THIS CONTRACT MUST BE REGISTERED IN THE DOD
CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE BEFORE BEING AWARDED THE
CONTRACT; the estimated contract award date is listed above. A FIRM
THAT IS NOT REGISTERED IN THE CCR BEFORE THE CONTRACT AWARD DATE IS NOT
ELIGABLE FOR THE CONTRACT. A-E firms interested in DOD contracts are
encouraged to enroll with the CCR as soon as possible. Information
about the CCR may be obtained on the Internet at
"http://ccr.edi.disa.mil" or "http://www.efdnorth.navfac.navy.mil".
This is not a Request for Proposal. Posted 07/27/99 (I-SN359365). Loren Data Corp. http://www.ld.com (SYN# 0548 19990729\SP-0001.MSC)
SP - Special Notices Index Page
|
|