|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1995 PSA#1385Facilities Support Contracts, Public Works Division, Marine Corps Air
Station, Beaufort, South Carolina C -- INDEFINITE DELIVERY TYPE CONTRACT FOR ARCHITECTURAL AND
ENGINEERING SERVICES Sol N62467-95-D-4944. Due 071195. Contact Debbie
Foss, 803-522-7678/Contracting Officer SE Perritt, 803/522-7072.
Correction - Firms responding by July 3, 1995 will be considered for
selection. Please change date to read July 11, 1995, the remainder of
the information remains the same. Mechanical/Electrical - to include
studies, preparation of plans, specifications, and cost estimates for
repairs, alterations and/or new construction projects. The projects
will be principally of an electrical/mechanical nature, but may include
need for civil/environmental, structural, and architectural expertise.
Contract documents shall follow the current Navy format. Experience in
the following is required: Electrical - interior and exterior
electrical distribution systems, interior and exterior lighting
systems, intrusion alarm systems, fire alarm systems, automatic entry
control systems, sampling and design for removal of PCB contaminated
equipment. Mechanical - fire suppression and protection systems,
heating, ventilation and air conditioning systems, industrial
ventilation energy analysis, control systems, high temperature hot
water systems, hot water boilers and converters, chilled and hot water
distribution, compressed air and vacuum, medical gas, petroleum, oil
and lubricants (POL) systems, engine generator installations and
incinerators. As part of this contract, asbestos assessment or lead
paint assessment may be required. If asbestos or lead paint is found,
this contract may be amended to require comprehensive asbestos or lead
paint surveys to include sampling and testing, and preparation of
contract documents showing the location of the asbestos or lead paint,
and specifying the procedure to be followed during construction and/or
demolition to prevent the release of airborne particles. Firms unable
to accept work which involves asbestos or lead paint need not apply.
Review of Contractor submittals, field inspection during construction
and preparation of as-built drawings may be required. The contract
shall guarantee a minimum fee of $10,000 payable in the event the
Contractor is not required to perform work under this contract equal to
or greater than that amount within one year from date of award. This
contract will include an option for a one year extension, and fee will
not exceed $400,000 per year. No one Delivery Order will exceed
$150,000. Firms responding by July 3, 1995 will be considered for
selection. No facsimile (FAX) applications will be accepted. Award of
a contract is dependent upon the availability of funds. No legal
liability on the part of the Government for any payment may arise until
funds are made available to the Contracting Officer for this contract
and until the Contractor receives notice of such availability, to be
confirmed in writing by the Contracting Officer. The Government may
introduce additional fees to be negotiated separately. Proof of current
Professional Engineer or Architectural registration shall accompany
Standard Form 255. A one year opion to be exercised at least 60 days
prior to the end of the first year is authorized. The option year is
limited to the same fee restrictions as the first year. SELECTION
CRITERIA: SELECTION CRITERIA WILL BE BASED ON THE FOLLOWING CRITERIA,
NUMBERED IN ORDER OF IMPORTANCE: 1. Qualifications: Technical
competence of the individual design team members to design alterations,
repairs and new construction projects. 2. Experience: Recent experience
of the individuals assigned to the design team in; (a) design of
repair, alteration and new construction projects typical of a Marine
Corps Air Station. (b) Projects involving asbestos, or lead paint. (c)
Design of projects to Navy design criteria. (d) Using
interdisciplinary design reviews. (e) Capacity of the firm to complete
the work in the time required. (f) Past performance history on
contracts with Government agencies and private industry in terms of
cost control, quality of work and compliance with performance
schedules. (g) Ability to produce computer generated drawings on
AutoCad Release 12 or higher format capability. Ability to prepare cost
estimates in the computerized CES format and specifications using
SPECSINTACT. 3. Performance: Past performance/ratings on DOD contracts.
4. Ability: (a) Professional ability to perform multiple projects
concurrently. (b) Current volume of work and prior DOD awards (past 3
fiscal years only). 5. (a) Firm's geographical location: Firm's will be
evaluated on their accessibility to the Marine Corps Air Station,
Beaufort and to Southeastern South Carolina and their demonstrated
ability to respond to the demands of this contract in a timely manner
(provided that application of this factor leaves an appropriate number
of qualified firms). (b) Ability to adapt probable site conditions
with respect to the project scope. (c) knowledge of the regulatory
requirements that would effect the work, with respect to the project
site. 6. Submittal requirements: A&E firms having capabilities for the
work are invited to submit completed SF254 and SF255, A&E Related
Services Questionnaire for themselves and their subcontractors to the
office shown above. A current SF254 representing the personnel,
experience and capabilities of the office must be included with the
application, unless the above stated SF254 is already on file at MCAS,
Beaufort and is dated less than one year before the date of this
advertisement. (186) Loren Data Corp. http://www.ld.com (SYN# 0012 19950710\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|