|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 14,2000 PSA#2621Officer in Charge of Construction, South Texas Area, Building 19, NAS,
8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5225 C -- IDIQ CONTRACT FOR ARCHITECTURAL DESIGN SERVICES, NAS CORPUS
CHRISTI, NAS KINGSVILLE, NS INGLESIDE, TX SOL N62467-00-R-9391 DUE
071200 POC Jacque Visosky, Contracting Officer 361/961-2154, ext. 235;
fax 361/961-5175 E-MAIL: Click here to contact the Contracting
Officer, visoskyjl@efdsouth.navfac.navy.mil. Projects assigned to this
contract will be located at Naval Air Station Corpus Christi, Naval
Air Station Kingsville, or Naval Station Ingleside, Texas. Work
consists of preparing detailed plans, specifications and cost estimates
for architectural design services for existing and new facilities.
Design services may include, but not be limited to, roof repair or
replacement, family housing or industrial renovations, building
addition, new construction, or historical preservation. The contract
may also require review of shop drawings and contract submittals. At
this time there is no basic project identified. This proposed
procurement is solicitated on an unrestricted basis, and shall result
in the award of one indefinite quantity/indefinite delivery contract.
The performance period shall not exceed twelve months or $250,000.00,
whichever occurs first. The Government reserves the option to extend
the contract for one additional year, for possible total contract value
of $500,000.00. The minimum guarantee for the total contract (including
option) is $10,000.00. The SIC/NAICS is 8712/54131 and small business
size standard is $4.0 million. Estimated date of contract award is on
or about 01 August 2000. ***SEE NOTE #24, CBD NUMBERED NOTES***. In
addition to the first five (5) criteria found in CBD Numbered Note #24,
these additional four (4) criteria apply: (6)Quality Control Program
(provide a copy of the firm's corporate QC program) including
performance of quality control on prior Department of Defense (DOD)
contracts; (7)Show firm's use of small business/small disadvantaged
business, historically black college and university, or minority
institution as primary consultants or subconsultants; (8)Show
demonstrated success in prescribing the use of recovered materials and
achieving waste reduction/energy efficiency in facility design; and
finally, (9)Indicate Volume of DOD work awarded to the firm within the
previous 12 months by recording in Block 9 of the SF-255 the total
amount of Prime DOD fees awarded. Qualified Architect-Engineer firms
which meet the above NINE requirements are invited to submit ONE (1)
copy of their complete, updated SF-254 and SF-255 forms to the
Contracts Office no later than 2:00 pm CST, 12 July 2000. This is not
a request for proposal, and no solicitation package or
bidder/plannholder list will be issued. Posted 06/12/00 (W-SN463820).
(0164) Loren Data Corp. http://www.ld.com (SYN# 0023 20000614\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|