COMMERCE BUSINESS DAILY ISSUE OF MAY 4, 2001 PSA #2844
SOLICITATIONS
C -- INDEFINITE QUANTITY-INDEFINITE DELIVERY CIVIL AIRFIELD
- Notice Date
- May 2, 2001
- 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
- N62477-01-D-3017
- Point of Contact
- Joan Hancock, Contract Specialist, 301-757-4810
- E-Mail Address
- hancockjw@navair.navy.mil (hancockjw@navair.navy.mil )
- Description
- The proposed contract is being solicited on an unrestricted basis. Architect Engineer or Engineering Services are required for preparation of construction documents via the Design-Bid-Build (full plans and specifications) and Design-Build methods ready for bidding, 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. Experience Profile codes that pertains to possible task orders may include the following: 005, 006, 023, 033, 066, 102, & 107. Work will be associated with repairs and new construction of facilities and site improvements. Work may also include, but not limited to, the following; preparation of studies and technical reports, conducting engineering investigations, concept studies; preparation of preliminary and final designs; and construction cost estimates. Design services will include, but not limited to, site planning and development for Airfield Facilities inclusive of rigid and flexible pavements, lighting, navaids, paint markings and utilities in compliance with Military and or FAA criteria. Design services will also include preparation of stormwater management handling facilities and erosion and sediment control plans. Engineering services may include geotechnical investigations, wetland delineation and mapping and topographic surveys, including engineering studies and reports. These may be required at any time up to final acceptance of all work associated with each task order. 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 August 2001. Selection evaluation criteria in order of importance will include: 1) A) Specialized experience and professional qualifications of the firm, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete Civil/Airfield design and engineering services with multi-discipline architectural and engineering support services for the design methods (design-bid-build & design-build) and requirements described herein. Resumes shall be included only for key persons expected to perform work under this contract, shall only list work experience applicable to this contract, and shall briefly describe anticipated role in performing contract work. Cite examples of prior work relationships with proposed sub-consultants. B) Qualifications to meet the requirements of the Plan Review Division, Water Management Administration of the Maryland Department of Environment in order to be able to perform expedited Erosion & Sediment controls and Stormwater Management reviews as described herein; 2) Past Performance and process of the prime A-E (and their subcontractors) in their quality control/quality assurance program to assure coordinated technically accurate plans, specifications, and construction cost estimates. (Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms may submit letters of commendation received for the specific projects identified in Part 8 of SF-255. 3)Capacity and Current Workload: Capacity to accomplish the work in the required time. Address your ability to respond, in case an accelerated design schedule is imposed. List current workload of the firm and the individuals assigned to do work. 4)Location of the firm in the general geographical area of Patuxent River, Maryland and shall demonstrate the firms knowledge of Patuxent River, Maryland, provided, that application of this criterion leaves an appropriate number of qualified firms. 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. The contract requires 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 selected A-E contractor for the contract will be required to provide overhead and discipline hourly rates initially to the Contracting Officer within 15 days after receiving notification. 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.
- Record
- Loren Data Corp. 20010504/CSOL008.HTM (W-122 SN50K8M2)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|