Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 6, 2001 PSA #2824
SOLICITATIONS

C -- IDIQ CONTRACT FOR ELECTRICAL/MECHANICAL DESIGN SERVICES, NAS CORPUS CHRISTI, NAS KINGSVILLE AND NS INGLESIDE

Notice Date
April 4, 2001
Contracting Office
Officer in Charge of Construction, South Texas Area, Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5225
ZIP Code
78419-5225
Solicitation Number
N62467-01-R-9390
Response Due
May 4, 2001
Point of Contact
Jacque Visosky, Contracting Officer 361/961-2154
E-Mail Address
Contracting Officer email address (visoskyjl@efdsouth.navfac.navy.mil)
Description
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 electrical and mechanical design services for existing and new facilites. Design services may include, but not be limited to, airfield lighting, interior/exterior lighting systems, steam boiler and chiller plants, and HVAC upgrades and controls. 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 NAICS is 54133 and small business size standard is $4.0 million. Estimated date of contract award is on or about 01 June 2001. ***SEE CBD NUMBERED NOTE #24 FOR FIRST FIVE (5) CRITERIA***. 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 material 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 Contracting Office no later than 3:00 pm CST, 04 May 2001. THIS IS NOT A REQUEST FOR PROPOSAL, AND NO SOLICITATION PACKAGE OR BIDDER/PLANHOLDER LIST WILL BE ISSUED.
Record
Loren Data Corp. 20010406/CSOL002.HTM (W-094 SN50I2S5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 4, 2001 by Loren Data Corp. -- info@ld.com