|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1997 PSA#1858USPFO for California, Contracting Office, PO Box 8104, San Luis Obispo,
CA 93403-8104 C -- ARCHITECT AND ENGINEERING SERVICES SOL DAHA04-97-R-0008 DUE
072497 POC Contact Major Eric McDonald (805) 594-6251
Architect-Engineer Design Services (Type A, B, and, at the Government
option, Type C Services) for the design of the schematic and
preliminary plans for a 152,552 SF Mobilization and Training Equipment
Site (MATES) maintenance facility located at the National Training
Center, Fort Irwin, California. The Mobilization and Training Equipment
Site (MATES) will provide Organizational and Support maintenance for
the equipment stationed at the Fort Irwin Mates in support of Inactive
Duty Training and Annual Training. Working drawings and construction
supervision will be extended upon availability of funds, and at the
option of the Government. The design will include maintenance facility
of fifty-two (52) work bays with administrative and personnel areas.
Design will consist of masonry block, steel roof, and concrete floor,
partitions to consist of stud walls and gypsum board. Outside
supporting items include a 10,000 SF pre-engineered metal unheated
storage building, a fuel dispensing system, 3,000 SF weaponscleaning
facility, fencing, controlled waste handling and flexible and rigid
pavement. The facility supports the California and Nevada National
Guard Units as well as providing support to all National Guard units
training at the National Training Center. The scope of services to
include site investigations, compiliation of required data, technical
analysis, development of design concepts and preparation of project
documents to include complete technical drawings, specifications,
schedules and a detailed cost estimate. The design will be in
accordance with the approved DD Forms 1390/1391/Project Book for this
project. The project work will cover all standard construction trades.
Estimated construction cost is more than $10,000.00. Evaluation and
selection of the firm will be based on the following criteria: 1)
Professional qualifications necessary for satisfactory performance of
required services; 2) Specialized experience and technical competence
in the type of work required; 3) Capacity to accomplish the work in the
required time; 4) Past performance on contracts with Government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules; 5) Location in the
general geographical area of the project and knowledge of the locality
of the project; provided, that application of this criterion leaves an
appropriate number of qualified firms, given the nature and size of the
project; and 6) Demonstrated success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility design; 7) Total dollar amount of DOD fees awarded in the
past 12 months. Type of contract is firm fixed price. This is an
unrestricted procurement. Construction is estimated to start in 1999.
Firms will indicate on thier SF255's the total number of DOD awards
within the past 12 months prior to the date of announcement. Personal
visits for the purpose of discussing the project are discouraged. A/E
firms which meet requirements described in this announcement and wish
to be considered must submit SF254 and SF255 data. Firms may send SF
Forms 254/255 data by overnight/express delivery to Building 633,
Highway 1, Camp San Luis Obispo, San Luis Obispo, CA 93401. Data to be
received on or before 24 July 1997. Facsimile data will not be
accepted. A/E firms shall indicate their business size in Block 3 on SF
Form 255. Standard Industrial Code (SIC) is 8712, and the applicable
small business size standard (including affiliates) is $2.5 million
average revenue for the previous three years. This is not a request for
proposal. (0150) Loren Data Corp. http://www.ld.com (SYN# 0027 19970603\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|