|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1998 PSA#2083Officer in Charge NAVFAC Contracts, Naval Inventory Control Point,
Building 305, Code M081C, P.O. Box 2020, Mechanicsburg, PA 17055-0788 C -- ENGINEERING SERVICES FOR ELECTRICAL AND MECHANICAL DESIGNS AT THE
NAVAL INVENTORY CONTROL POINT, MECHANICSBURG AND PHILADELPHIA, PA AND
NAVY/MARINE CORP RESERVE CENTERS THROUGHOUT CENTRAL AND WESTERN PA. SOL
N62472-98-R-4146 DUE 060198 POC B. JUSTH (717) 790-6017, Contracting
Officer, C. A. HALL (717) 790-6238 WEB: NORTHNAVFACENGCOM,
HTTP://WWW.EFDNORTH.NAVFAC.NAVY.MIL. E-MAIL: NORTHNAVFACENGCOM,
pkgreen@efdnorth.navfac.navy.mil. Engineering services for an
indefinite delivery, indefinite quantity contract for electrical and
mechanical designs at Naval Inventory Control Point, Mechanicsburg and
Philadelphia, 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 SPECINTACT
system) and contruction cost estimates. The initial project involves
the preparation of plans, specifications, and a construction cost
estimate for the installation of a new basewide radio fire alarm
receiving system, replacement of fire alarm systems at various
buildings and modifications to fire alarm systems at various buildings.
Engineering disciplines will include electrical, mechanical, fire
protection, and other disciplines necessary to complete a task order.
Additional projects issued under this contract as task orders vary
greatly in size and complexity and may involve such work as HVAC/HVAC
control system upgrades, low voltage and medium voltage electrical
systems upgrades, fire protection systems renovations, utility line
upgrades, plumbing renovations, lighting projects and utility system
studies. Post construction design services may also be included such as
shop drawing reviews, 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 recent completed similar projects
with 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 DOD work). 5. Ability of the
firm to provide the contract drawings in a format compatible with
AutoCAD version 12 and specifications in SPECSINTACT. 6. (a) Knowledge
of local site conditions and applicable regulatory requirements; and
(b) the firm's ability to respond within eight (8) hours to urgent
requests. 7. Aggressive internal quality control 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
delivery/indefinite quantity contract/Firm-fixed price task order.
Estimated start date: August 1998. The maximum dollar limit per project
is $100,000.00. The total fee that may be paid under this contract will
not exceed $225,000.00 per year. The duration of the contract will be
for one year from the date of the initial contract award with an option
for one additional year. The minimum guarantee for each year will be
$10,000.00. The option 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 ACQUISITION IS
BEING SET-ASIDE FOR SMALL BUSINESSES. 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 theoffice shown above.
Respondents may supplement their SF 254 and 255 with graphicmaterial
and photographs which best demonstrate the capability of their firm for
this project. No material will be returned. Only firms responding to
this announcement by 4:00 p.m. on 1 June 1998 will be considered. Late
responses will be handled in accordance with FAR 52.214-7. FACSIMILE
RESPONSES WILL NOT BE ACCEPTED. THIS IS NOTA REQUEST FOR PROPOSAL.
Inquiries concerning this project should mention solicitation number
N62472-98-R-4146. 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 contractural
purposes can be made. No legal liability on the part of the goverment
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. (0114) Loren Data Corp. http://www.ld.com (SYN# 0022 19980428\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|