|
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 -- ARCHITECTURAL AND ENGINEERING SERVICES FOR VARIOUS PROJECTS 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-4147 DUE 060198 POC B. JUSTH (717) 790-6017,
Contracting Officer, C. A. HALL WEB: NORTHNAVFACENGCOM,
HTTP://WWW.EFDNORTH.NAVFAC.NAVY.MIL. E-MAIL: NORTHNAVFACENGCOM,
pkgreen@efdnorth.navfac.navy.mil. Architectural and Engineering
services for an indefinite delivery, indefinite quantity contract for
various projects at thet 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 renovation of restrooms, expansion of the
environmental office and ventilation of the battery storage area in
building 206 at Naval Inventory Control Point, Mechanicsburg, PA.
Architectural services and related engineering disciplines, such as,
structural, civil, mechanical, electrical, fire protection, and
environmental (lead and asbestos removal) may be required for various
projects. Additional projects issued under this contract as task orders
vary greatly in size and complexity and may involve such work as
conversion of warehouse space to office space, renovation of
administrative space, renovations to building exteriors, utility
upgrades, surveying, environmental assessments, roofing system repairs
and lead and asbestos abatement. 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. Knowledge of local site conditions and applicable
regulatory requirements. 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 awardwith 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 CONTRACT IS
BEING SOLICITED ON AN UNRESTRICTED BASIS; THEREFORE, REPLIES TO THIS
NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. 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 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 NOT A REQUEST FOR
PROPOSAL. Inquiries concerning this project should mention solicitation
number N62472-98-R-4147.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 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. (0114) Loren Data Corp. http://www.ld.com (SYN# 0023 19980428\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|