|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1995 PSA#1465Officer in Charge of Construction, P.O. Box 43119, Marine Corps
Logistics Base, Albany, Georgia 31704-3119 C -- INDEFINITE DELIVERY CONTRACT FOR PROFESSIONAL STRUCTURAL
DESIGN/ENGINEERING SERVICES SOL N62467-95-R-3684 DUE 120495. Contact
Ms. Patty Morgans at (912) 439-5603. STRUCTURAL AND PROFESSIONAL
ENGINEERING SERVICES AT MCLB, ALBANY, GA. Architect-Engineer or
Engineering Services are required for preparation of plans,
specifications, cost estimates, related studies, and all associated
engineering services for several projects under an indefinite quantity
contract for Marine Corps Logistics Base, Albany, Georgia. There is
likely to be a wide variation in the complexity and size of the
structural design projects issued under this contract as Delivery
Orders (D.O.). However, no single D.O. will exceed $99,000, in total
fees. The duration of the contract will be for one (1) year from the
date of initial contract award. The proposed contract includes a
Government option for the same terms and conditions of the original
contract for a period of an additional one (1) year. A maximum of
$100,000 in D.O. fees are possible during each 12 month period of the
contract not to exceed $200,000 for the entire contract. Design
services will include (A) New and/or retro-fit structural design; (B)
New and/or retro-fit floors, ceilings and/or walls; (C) New or
replacement lighting; (D) New or replacement heating, ventilation, and
air conditioning; (E) New or replacement interior water and sewer
piping; (F) New or replacement electrical systems; (G) New or
replacement telephone systems; (H) Evaluation of asbestos materials may
be required. Subsequent preparation of plans and specifications may
require definition of the removal and/or disposal process. Firms
responding to this announcement must be prepared to accept the
aforementioned as a part of their contract responsibility; (I) The
Government will reserve an option to negotiate construction inspection
services and the preparation of Operating and Maintenance Support
Information (OMSI); (J) Landscaping installation/renovation. A-E firms
responding to this announcement will be evaluated on the above
requirements based on the following criteria in relative order of
importance: (1) Professional qualifications necessary for satisfactory
performance of required services; (2) Aggressive internal quality
control program with demonstrated results of reducing design errors
and/or omissions; (3) Specialized experience and technical competence
in the type of work required of the proposed engineering/technical
staff who will perform the work; (4) Capacity to accomplish the work
required time; (5) Past performance on contracts with Government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules; (6) Location of the
firm in the general geographic area of the contract provided that
application of this criterion leaves an appropriated number of
qualified firms, given the nature and size of the contract; (7) Volume
of work awarded to the firm by the Department of Defense during the
last 12 month period; (8) Extent to which potential Contractors
identify and commit to small/small disadvantaged business, historically
black college/university, or minority institutions in performance of
contracts. The initial work will be for Project EB03595R, ``Construct
Combined Recycling Building''. Design contract number is
N62467-95-R-3684. This work will include the construction of an
approximately 5600 SF prefab metal building including work areas,
office space, and restroom and includes items (A), (B), (C), (D), (E),
(F), & (G) above. No other general notification to firms for other
similar projects performed under this contract will be made. Type of
Contract: Firm Fixed Price. Firms which meet the requirements described
in this announcement are requested to submit completed SF 254 (unless
already on file) and SF 255, U.S. Government Architect-Engineer
Qualifications, to the office shown above. The SF 255 should clearly
indicate the office location where the work will be performed and the
qualifications of the individuals anticipated to work on the contract
and their geographical location. Firms responding to the announcement
by DECEMBER 4, 1995, will be considered. In the case where an
insufficient number of SF 255's are received, then firms having a
current SF 254 on file with this office may be requested to submit a SF
255. THIS PROCUREMENT WILL BE ISSUED AS AN UNRESTRICTED BUSINESS SIZE
STANDARD. This is not a request for proposals. Inquiries concerning
this announcement should mention location and contract number.
Overnight delivery of submittals should be addressed to Officer in
Charge of Construction, BLDG 5500, MARINE CORPS LOGISTICS BASE, ALBANY,
GEORGIA 31704. (303) Loren Data Corp. http://www.ld.com (SYN# 0017 19951101\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|