Loren Data Corp.

'

 
 

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

C-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