|
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140Officer in Charge of Construction, P.O. Box 43119, Marine Corps
Logistics Base, Albany, GA 31704-3119 C -- INDEFINITE DELIVERY CONTRACT FOR PROFESSIONAL
MECHANICAL/ELECTRICAL DESIGN/ENGINEERING SERVICES, MARINE CORPS
LOGISTICS BASE, ALBANY, GEORGIA SOL N62467-98-R-3470 DUE 082198 POC Ms.
Patty Morgans, (912)439-5603, EXT 15, FAX (912)439-5999 Fixed-Price
Mechanical/Electrical Engineering Services are required for preparation
of plans, specifications, cost estimates, related studies and all
associated engineering services for several projects under an
indefinite quantity contract for Marine Corps Logistics Base, Albany,
Georgia. There is likely to be a wide variation in the complexity and
size of the mechanical/electrical projects issued under this contract
as task orders. However, no single task order will exceed $99,000, in
total fees. The duration of the initial contract will be for a maximum
period of 12 months from the date of initial contract award. The
proposed contract includes a Government option for the same terms and
conditions of the original contract for an additional maximum period of
12 months. A maximum of $100,000 in task orders is possible during each
period not to exceed $200,000 for the entire contract. The Government
reserves the rights to exercise the option after one year or once
maximum fees are met, whichever comes first. Design services will
include, but not limited to: (A) Electrical upgrade/renovation/design;
(B) HVAC upgrade/renovation/design; (C) Engineering studies of air
quality/water systems/HVAC systems, etc.; (D) Plumbing system
upgrade/renovation/design; (E) The Government will reserve an option to
negotiate construction inspection services and the preparation of
Operating and Maintenance Support Information (OMSI) and/or as-built
drawings. A/E firms responding to this announcement will be evaluated
on the above requirements based on the following criteria in relative
order of importance: (1) Professional qualifications of the staff
(in-house and/or consultants) with respect to the overall makeup of the
design. (2) Recent specialized experience of the firm in the design of
mechanical/electrical systems for new construction and retrofit
projects for industrial/commercial, warehouse buildings (include
Government and private experience). List experience with similar
projects successfully designed in the last fiveyears; (3) Aggressive
internal quality control program with demonstrated results of reducing
design errors and /or omissions. Proven quality control of design
documents. Performance on cost control in terms of budget control
throughout the design efforts as well as bid results. Knowledge of bid
climate and related impact factors; (4) Capacity to accomplish the
work in the required time; as demonstrated by the impact of this
workload of the firm's permanent staff, projected workload during the
anticipated design period; the firm's history of successfully
completing projects in compliance with performance schedules and
providing timely construction support. Provide specific experience and
relate time frames to accomplishment of similar design efforts. If
consultants are involved, address history of working relationship; (5)
Past performance of contracts with Government agencies and private
industry in terms of cost control, quality of work, and compliance with
performance schedules. Demonstrated long term Government or private
business relationship repeat business on related efforts and
construction support; (6) Demonstrated success in prescribing the use
of recovered materials and achieving waste reduction and energy
efficiency in facility design; (7) Location of the firm in the general
geographic area of the contract provided that application of this
criterion leaves an appropriate number of qualified firms, given the
nature and size of the contract; (8) Volume of work awarded to the firm
by the Department of Defense during the last 12 month period with the
objective of effecting equitable distribution of contracts among
qualified Architect-Engineer firms. Pertinent statements relative to
the evaluation factors shall be included in Part 10 of Form SF255. The
initial work will for Project AL0034M, REPLACEMENT OF MAIN
DISTRIBUTION PANELS AND SUBPANELS, BLDG 5500. This work will include
replacement of existing secondary wiring and demolition of existing
electrical systems. The architectural floor plans for this building
will be provided. No other general notification to firms for other
similar projects performed under this contract will be made. Type of
contract: Firm-Fixed Price. The title of this contract shall be
"INDEFINITE DELIVERY QUANTITY ARCHITECT-ENGINEER CONTRACT FOR
MECHANICAL/ELECTRICAL PROJECTS AT MARINE CORPS LOGISTICS BASE, ALBANY,
GEORGIA." Contract number is N62467-98-R-3470. Estimated start date is
September 1998. In the case where an insufficient number of SF255's are
received, then firms having a current SF254 on file with this office
may be requested to submit a SF255. The proposed contract is 100%
set-aside for small business concerns. SIC Code 8711 Size Standard $2.5
million. THIS IS NOT A REQUEST FOR PROPOSALS AND THERE IS NO
SOLICITATION PACKAGE. Inquiries concerning this announcement should
mention location and contract number. Overnight delivery of submittals
should be addressed to the Officer in Charge of Construction, Bldg.
5500 Walker Avenue, Marine Corps Logistics Base, Albany, Georgia 31704.
Posted 07/16/98 (W-SN224130). (0197) Loren Data Corp. http://www.ld.com (SYN# 0025 19980720\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|