|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1995 PSA#1292Officer in Charge of Construction, 1005 Michael Rd., Camp Lejeune, NC
28547-2521 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL AND ENGINEERING
DESIGN SERVICES FOR VARIOUS PROJECTS AT MARINE CORPS BASE, CAMP
LEJEUNE, NORTH CAROLINA SOL N62470-95-D-1438 DUE 041795 POC Contact
Point, LTJG Darren Sweet, (901)451-2582, Contracting Officer, Janice
Gurganus, (910)451-2582, Additional Contact, FAX, (910)451-5629
Solicitation includes, design and engineering services for preparation
of plans, specifications, cost estimates, record drawings, and review
of shop drawings. Projects could include total renovation of the
interior and exterior of existing buildings, including the evaluation,
repair and replacement of the structural, mechanical, electrical, and
communication systems. Projects may include: Administrative buildings,
barracks, industrial type facilities such as shop buildings,
warehouses, small plants, maintenance facilities, communications,
training tower, etc. and personnel support facilities such as
administrative offices, training, schools, housing, chapels, food
services, clubs retail stores, gymnasiums, recreational facilities,
etc. Projects could also include the construction of new buildings of
the same type referenced above. The new construction and
repair/renovation projects will require the following services; civil
site work, extensions to the existing high voltage electrical
distribution system, extensions to the existing high pressure steam
distribution system, extensions to the potable water distribution
system; extensions to the sanitary sewer system, and additional storm
water control systems. The contract scope may require evaluation and
definition of asbestos materials and lead paint containing materials.
The firm must demonstrate qualifications (with respect to the
evaluation factors stated herein) to perform design of the projects
listed above. Firms must be prepared to accept the aforementioned as a
part of their contract responsibility. The contract will be of the
Firm Fixed Price - Indefinite Quantity type. The duration of the
contract will be for one year from the date of the initial contract
award. The proposed contract includes one (1) one year Government
option for the same basic professional skills. The total A&E fee that
may be paid under this contract will not exceed $500,000.00 The A-E
must demonstrate his and each key consultant's qualifications with
respect to the published evaluation factors for design and all option
services. Evaluation factors (1) through (5) are of equal importance;
factors (6) and (7) are of lesser importance than factors (1) through
(5). Specific evaluation factors include: (1) Professional
qualifications of firm and staff proposed for the performance of the
total renovation of the interior and exterior of existing buildings,
including the evaluation, repair and replacement of the structural,
mechanical, electrical, and communication systems including
administrative buildings, barracks, industrial type facilities such as
shop buildings, warehouses, small plants, maintenance facilities,
communications, training tower, etc. and personnel support facilities
such as administrative offices, training, schools, housing, chapels,
food services, clubs retail stores, gymnasiums, recreational
facilities, etc., the construction of new buildings of the same type
referenced above. The new construction and repair/renovation projects
will require the following services; civil site work, extensions to the
existing high voltage electrical distribution system, extensions to the
existing high pressure steam distribution system, extensions to the
potable water distribution system; extensions to the sanitary sewer
system, and additional storm water control systems. Firms will be
evaluated in terms of the design staff's following qualifications: (a)
active professional registration in the state in which the design
services will be performed; and (b) experience (with present and other
firms) and roles of staff members, specifically on the types of
projects addressed above. (2) Specialized recent experience
demonstrating the technical competence of particular staff members to
design the projects addressed in evaluation factor number one. Firms
will also be evaluated upon: (a) specific knowledge of the construction
materials and practices of Eastern North Carolina; and the Federal and
State of North Carolina laws, regulation, codes and permits applicable
to projects of this nature; and (b) the firm's experience in providing
construction phase services (shop drawing review, as-built drawing
preparation). (3) Capacity of the proposed design team to accomplish
the following schedules: Submission of proposal 15 days following RFP.
Final design submittal within 120 days of contract award. (4) Past
performance on contracts with Government agencies and private industry
in terms of the following: (a) cost control techniques employed by the
firm as demonstrated by the ability to establish an accurate project
budget and design to this budget as evidenced by the low bid amount;
(b) quality of work as demonstrated by the history of design related
change orders issued during construction; (c) demonstrated long term
business relationships and repeat business with Government and private
customers; and (d) demonstrated compliance with performance schedules.
(5) Specific internal quality control procedures proposed for projects
of this nature. Firm will be evaluated on the acceptability of their
internal quality control program used to ensure technical accuracy and
discipline coordination of plans and specifications. (6) Location in
the general geographical area of the project. (7) The volume of work
previously awarded to the firm by the Department of Defense shall also
be considered, with the object of effecting an equitable distribution
of Department of Defense architect-engineer firms, including small and
small disadvantaged business firms, and firms that have not had
Department of Defense contracts. Architect-Engineer (A-E) firms which
meet the requirements described in this announcement are invited to
submit complete, updated Standard Forms 254, Architect Engineer and
Related Services Questionnaire, and 255, Architect-Engineer Related
Services for Specific Project, to the office shown above. A-E firms
utilized by the prime A-E must also submit completed Standard Forms 254
and 255. We need only one copy of all forms. In block 10 of the SF 255,
discuss why the firm is especially qualified based upon synopsized
evaluation factors and provide evidence that your firm is permitted by
law to practice the professions of architecture or engineering (i.e.;
state registration number). Clearly show the office location where
work will be done and the experience of those that will do the work and
their locations. The closing date for this announcement is 17 April
1995. Firms must submit forms to this office by 4:00 p.m. on the
closing date. See Note 24. This is not a request for proposal. (0055) Loren Data Corp. http://www.ld.com (SYN# 0014 19950227\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|