Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1998 PSA#2083

Officer 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