Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19, 2001 PSA #2980
SOLICITATIONS

C -- INDEFINITE QUANTITY A/E CONTRACT FOR VARIOUS ARCHITECTURAL PROJECTS IN THE TRI-COMMAND BEAUFORT, SC AREA

Notice Date
November 15, 2001
Contracting Office
OIC, Field Office Beaufort, P.O. Box 429, Port Royal, SC 29935-0429
ZIP Code
29935-0429
Solicitation Number
N62467-02-R-9151`
Response Due
January 7, 2002
Point of Contact
Robert Derr, Contract Specialist (843)228-3968
E-Mail Address
Click here to contact the Contract Specialist via (derrrd@efdsouth.navfac.navy.mil)
Description
Work requires architectural and engineering services for various commands located within the Tri-Command Beaufort, SC area. Projects may include studies, preparation of plans, specifications and cost estimates for repair, alteration and/or new construction projects. Services to be provided will be performed in the Tri-command Area at Marine Corps Air Station, Beaufort, Naval Hospital, Beaufort, and Marine Corps Recruit Depot, Parris Island, South Carolina. The contract inculdes a base period of one year with the possibility of four (4) one-year option periods if found to be in the Government's best interest. The total contract value will not exceed $5,000,000. The contract will guarantee a minimum fee of $10,000.00. The selected A?E fiem for this contract will be required to provide overhead, profit, and discipline hourly rates to the Contracting Officer within 7 days after receiving the notice of selection. As part of this contract, asbestos and lead assessments may be required to determine the presence of asbestos or lead. When asbestos or lead is found, the contract will be amended to require comprehensive asbestos or lead survey to include sampling and testing, and the preparation of plans and specificaitons showing the location of asbestos or lead and specifying th eprocedure to be followed during construction and/or demolition for removal or abatement. Firms unable to accept work that involves asbestos or lead, need not apply. Reviewing shop drawings, construction inspection, and/or preparation of operation and maintenance manuals may be required. Responses must be received not later than 4:00pm on January 7, 2002. No facsimile (FAX) application will be accepted. Any inquiries (including submission of SF255) should mention and show title, location, and contract number of the outside of the envelope. Architect_Engineer firms are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire; (2) a Standard Form 255, Questionnaire for Specific Project; and (3) any requested supplemental data to the procurement office shown. Firms having a current Standard Form 254 on file with the procurement office are not required to resubmit this form. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements as listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms considered to be the most highly qualified to provide the services required will be chosen for interview. The Department of Defense policy for selection of Architect-Engineer firms is not based upon competitive bidding proecdures, but rather upon the professional qualification necessary to the satisfactory performance of the professional services required. Selection evaluation criterial are as follows: (1). Qualifications: Technical competence of the individual design team memebers to design alteration, repair, and new construction projects. (2). Experience: Recent experience of the individuals assigned to the design team in; (a) architectural and engineering maintenance repair and construction design skills, (b) design of repair, alteration and new construction projects typical of a Marine Corps Air Station, Naval Hospital, and Marice Corps Recruit Depot; (c) projects involving asbestos or lead paint; and (d) capacity of the form to complete the work in the time required. (3). Quality assurance and coordination methods used during design. (4) Awards from all DOD Agencies during the past three fiscal years. (5). Firm's geographical location: firms will be evaluated on their accessibility to the Tri_Command Area and to Southeastern South Carolina and their demonstrated ability to respnd to the demands of this contract in a timely manner, provided that applicaiton of this factor leaves an appropriate number of highly qualified firms. (6). The firm's and project team's present workload. (7). Ability to accomplish various projects concurrently. This is not a request for proposal. The project is a 100% Small Business Set-Aside. The small business standard is $4.0 Million.
Web Link
click here to download a copy of this RFQ (www.esol.navfac.navy.mil)
Record
Loren Data Corp. 20011119/CSOL004.HTM (W-319 SN5130P1)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 11, 2001 by Loren Data Corp. -- info@ld.com