Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140

Officer 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