|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1997 PSA#1815Officer in Charge NAVFAC Contracts, Naval Inventory Control Point,
Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 C -- ARCHITECTURAL AND ENGINEERING SERVICES FOR ROOFING REPLACEMENT AT
NAVAL INVENTORY CONTROL POINT, MECHANICSBURG, AND NAVY AND MARINE CORP
RESERVE CENTERS, PA SOL N62472-97-R-4107 DUE 042897 POC Lonnie Moyer,
(717) 790-2659, Contracting Officer, C.A. Hall. Architectural and
engineering services for an indefinite delivery, indefinite quantity
contract for roofing replacement at Naval Inventory Control Point
(NAVICP), Mechanicsburg, PA and Navy/Marine Corp. Reserve Centers in
central and western PA. The work includes, but is not limited to:
project scopes, electronic deliverables (CADD), specifications (using
the SPECSINTACT system), and cost estimates. The initial project
involves the preparation of plans, specifications, and a construction
cost estimate for roofing system replacement on Building 110 at NAVICP,
Mechanicsburg, PA. Engineering disciplines will include architectural,
structural, mechanical, electrical, environmental (lead and asbestos
abatement, etc.), and fire protection. Additional projects issued under
this contract as task orders may replacement of exterior building
siding or installation of windows in roof monitors, repair or
replacement of existing exterior lighting, replacement of minor
mechanical equipment such as exhaust fans and related electrical work
to accommodate new roofing. Post construction design services may also
be included, such as, shop drawing review, consultation, Title II
inspection, and preparation of as-built drawings. SIGNIFICANT
EVALUATION CRITERIA (in order of importance): (1) Specialized
experience of the firm or subcontractors and consultants in performing
the type of work required. (2) Relevant professional qualifications of
the team members to be assigned to this contract (including those of
any consultants). (3) Capacity of the firm to accomplish the work
within the required time constraints. (4) Past performance on recently
completed similar projects with a reference, telephone number, and
ratings for these projects with respect to construction cost control,
quality of work, and compliance with the performance schedule (emphasis
on D.O.D. work). (5) Ability of the firm to provide the contract
drawings in a format compatible with AutoCAD version 12 and
specifications in SPECSINTACT. (6) Location of the firm in the general
geographical area of the primary project site, provided that there is
an appropriate number of qualified firms within the area to be
considered. Only firms within approximately 50 miles of NAVICP,
Mechanicsburg, PA will be considered. (7) Aggressive internal quality
control program with demonstrated results of reducing design errors
and/or omissions and a process for cost control with the key person
responsible. (8) Volume of work previously awarded to the firm by the
Department of Defense. A secondary evaluation factor is the use of
small businesses, disadvantaged firms, or woman-owned business firms as
primary consultants or as Subconsultants. Type of Contract: Indefinite
Quantity Contract/Firm-Fixed Price Task Order. Estimated start date:
Aug 1997. The dollar limit per project is $100,000.00. The total fee
that may be paid under this contract will not exceed $100,000.00 per
year. The duration of this contract will be for one year from the date
of the initial contract award with options for fouradditional years.
The minimum guarantee for each option year will be $10,000.00. The
options may be exercised at the sole discretion of the government
subject to the workload and/or satisfaction of the A/E performance
under the subject contract. The option may be exercised when the
maximum value per year is reached. THE PROPOSED CONTRACT IS BEING
SOLICITED ON AN UNRESTRICTED BASIS; THEREFORE, REPLIES TO THIS NOTICE
ARE REQUESTED FROM ALL BUSINESS CONCERNS. Since this contract may
result in an award valued in excess of $500,000.00, a small business
subcontracting plan will be required if the selected firm is a large
business concern. The small disadvantaged business set-aside goal and
the women-owned small business goal in the plan shall not be less than
5% each of the subcontracted work. The SIC Code is 8711 and the Small
Business Size Standard is $2,500,000.00. A/E firms which meet the
requirements described in this announcement are invited to submit
completed Standard Forms 254 and 255 to the office shown above.
Respondents may supplement their SF 254 and 255 with graphic material
and photographs which best demonstrates the capability of their firm
for this project. No material will be returned. Only firms responding
to this announcement by 28 April 1997 will be considered. THIS IS NOT
A REQUEST FOR A PROPOSAL. Inquires concerning this project should
mention solicitation number N62472-97-R-4107. Funds are not presently
available for this contract. The government's obligation under this
contract is contingent upon the availability of appropriated funds from
which payment for contractual purposes can be made. 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. (0090) Loren Data Corp. http://www.ld.com (SYN# 0019 19970402\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|