Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15, 2000 PSA #2727
SOLICITATIONS

C -- A) CIVIL SURVEY/ENVIRONMENTAL; (B) CIVIL STRUCTURAL; (C) MECHANICAL/ELECTRICAL; (D) ARCHITECTURAL; (E) CIVIL AIRFIELD.

Notice Date
November 13, 2000
Contracting Office
Officer in Charge of Construction/Resident Officer in Charge of Construction, Naval Air Station, Building 504, Patuxent River, Maryland 20670-5504
ZIP Code
20670-5504
Solicitation Number
(A) # PAX-01-00127, (B) # PAX-01-00118, (C) # PAX-01-00117,(D) # PAX-01-00126, and (E) # PAX-01-00125
Point of Contact
Joan Hancock, Contract Specialist, 301-757-4810, Pat Riley, Contract Specialist, 301-757-4911
E-Mail Address
swensonmh@navair.navy.mil (hancockjw@navair.navy.mil )
Description
The Officer in Charge/Officer in Charge of Construction is currently seeking sources for five (5) seperate Indefinite Quantity Architectural and Engineering Services Contracts. A single contract will be awarded for each of the following: (A) Civil Survey/Environmental, Procurement Request # PAX-01-00127, (B) Civil Structural, Procurement Request # PAX-01-00118, (C) Mechanical/Electrical, Procurement Request # PAX-01-00117,(D) Architectural, Procurement Request # PAX-01-00126, and (E) Civil Airfield, Procurement Request # PAX-01-00125. The proposed contracts are being solicited on an unrestricted basis with the exception of Procurement Request # PAX-01-00125, Civil Airfield which is set aside for competition restricted to HUBZone small business concerns. Architect Engineer or Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for a wide variety of projects for the Naval Air Station/Naval Air Warfare Center Aircraft division, Patuxent River, MD; Naval Air Station, Solomons Annex, Solomons, MD; NAWC-AD, MD and other remote outlying facilities. Firms interested must include the Procurement Request number or numbers corresponding to the Indefinite Quantity contracts for which they are applying in Block 2b of their Standard Form 255. Firms may apply for one or all the contracts. Since it is likely that there will be a wide variation in the complexity and size of the design projects, that will be issued under these contracts as Task Orders, it is requested that firms include in their submissions, in block 10 of SF 254, all experience codes relevant to the projects they have completed within the past five (5) years together with Project Examples listed in Block 11 of the SF254. Experience Profile codes that pertain to possible task orders may include the following: 005; 021; 023; 028; 033; 036; 043; 046; 047; 055; 059; 079; 080; 089; 097; 101; 102; 104; 107; 111; 026; 032; 040; 048; 061; 062; 083; 115. Task Orders will be placed on an "as needed" basis intermittently for a period of time, which shall not exceed 12 months or $250,000.00, whichever comes first. The proposed contract will contain options to extend for an additional two-year period. If exercised, the A-E will receive official notice within a reasonable time period prior to the end of the first year or dollar threshold. No single Task Order will exceed $150,000 in total fees. The estimated construction cost of a typical project is between $50,000.00 and $1,000,000. Each project will be a firm fixed price A-E contract. The guaranteed minimum for the basic award is $12,500.00. The estimated award date is May 2001. Selection evaluation criteria in order of importance will include: (1) Recent specialized experience of the firm and personnel in Architectural Design and/or Engineering services relevant to identified experience profile codes identified above. Supplemental multi discipline engineering support will be considered. (2) Past performance records relevant to work performed at Patuxent River or with the Navy or DOD or other. Past performance ratings (SF1421) will be reviewed (for prime and subcontractors) during the evaluation process and may effect the selection outcome. (3) Professional qualifications of the firm, key personnel proposed and subcontractors for performance of the requirements. (4) The firms Quality Control Program and practices; (5) Capability and Capacity to accomplish projects within required time. (6) Location of the firm (Prime Contractor) must be in the general geographic area of 200 road miles of Patuxent River, Maryland, provided an appropriate number of qualified firm's respond therein. (7) Experience in Design Build performance based construction documents. (8) Volume of work previously awarded to the firm by the DOD within the past 12 months. Architect-engineer firms which meet the requirements described in this announcement are invited to submit (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire; (2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for specific Projects to the procurement office shown above. Block 10 of the SF255 will include a summary of how the firm meets the slated evaluation criteria for this contract. Interested firms are requested to include, Contractor Cage Code; Data Universal Number Systems DUNS #, Taxpayer Identification Number (TIN) and E-Mail address on the SF254 Block 1. In accordance with DFAR 204.7302 prospective contractors must be registered in the DOD Central Contractor Registration (CCR) Database prior to award of a contract. Clearly indicate in Block 3b of the SF255 the office location where the work will be performed. Qualifications of the individuals proposed to work on the contract and their geographical location shall be identified. The contracts require firms with multi discipline engineering support or firms with subcontractor support. Firms must have SPECINTACT and a CADD system compatible with AutoCADD 14; Microstation 95; Firms will be required to provide Specifications in both Word (*.doc) and ACROBAT (*.pdf) format for posting to a Government web site during solicitation. Only firms responding to this announcement by 4:00 p.m. EST on the 30th day from the CBD publication date will be considered. Should the date fall on a weekend or holiday, the SF254's and SF255's will be due the first workday thereafter. Firms responding to this advertisement are requested to submit one copy of qualification statements. Large business offerors must identify subcontracting opportunities with small business, HUBZone small business, small woman-owned business, and small disadvantaged business on their SF255. If selected, the large business offeror will be required to submit an acceptable small/small disadvantaged and woman owned business subcontracting plan in accordance with FAR Part 19.7. The small business size classification under The North American Industry Classification System (NAICS) Code is 541310 Architectural ($4million) and 541330 Engineering ($4 million). This is not a request for proposal.
Web Link
http:www:esol.navfac.navy.mil (ERROR -- )
Record
Loren Data Corp. 20001115/CSOL001.HTM (W-318 SN5065C2)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 13, 2000 by Loren Data Corp. -- info@ld.com