COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2000 PSA #2703
SOLICITATIONS
C -- INDEFINITE QUANTITY A/E CONTRACT TO PROVIDE CIVIL ENGINEERING SERVICES, NAVAL AIR STATION CORPUS CHRISTI, NAVAL AIR STATION KINGSVILLE AND NAVAL STATION INGLESIDE, TEXAS
- Notice Date
- October 6, 2000
- Contracting Office
- Officer in Charge of Construction, South Texas Area, Building 19, NAS, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-5225
- ZIP Code
- 78419-5225
- Solicitation Number
- N62467-00-R-9393
- Response Due
- November 9, 2000
- Point of Contact
- Jacque Visosky, Contracting Officer, 361/961-2154
- E-Mail Address
- Click here to contact the contracting officer via (visoskyjl@efdsouth.navfac.navy.mil)
- Description
- Projects assigned to this regional contract will be located at NAS Corpus Christi, NAS Kingsville and NS Ingleside, Texas. Work consists of preparing detailed plans, specifications and cost estimates for Civil Engineering related projects. Design services may include, but not be limited to, airfield lighting, pavement design/repair and marine construction/studies. The contract may also require review of contract submittals. At this time there is no basic project assigned. The contract will be of the Indefinite Quantity type where the work will be required on an "as-needed" basis during the life of the contract, providing the Government and A/E agree on the amount. Typical delivery orders will range between $15,000 and $50,000. The basic contract shall not exceed twelve months or $250,000 total fee, whichever comes first. The Government reserves the option to extend the contract for one additional year, and guarantees a minimum amount of $10,000. The North American Industry Classification System Number is 54133 and small business size standard is $4,000,000. This proposed contract is being solicitated on an unrestricted basis. Estimated date of contract award is on or about 02 January 2001. A/E firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, and (3) the requested supplemental data shown below. Firms having a current Standard Form 254 on file with the procurement office shown are not required to register this form, however an interest letter must be received. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Selection of firms for negotiation shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: (1) professional capabilities; (2) specialized experience and technical competence, as required; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) Quality Control Program, including performance of quality control on prior Department of Defense (DOD) contracts; (7) if not a small business, extent to which potential A/E's identify and commit to small business and to small disadvantaged business, historically black college and university, or minority institution performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor; (8) demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; and finally, (9) the Volume of DOD work awarded to the firm by the DOD during the previous 12 months. Architect-Engineering firms which meet the above requirements are invited to submit their complete, updated SF 254 and SF 255 forms to the Contracts Office no later than 4:00 p.m. CST, 09 November 2000. !!THIS IS NOT A REQUEST FOR PROPOSAL AND SOLICITATION PACKAGES ARE NOT PROVIDED FOR A/E CONTRACTS!!!
- Record
- Loren Data Corp. 20001011/CSOL004.HTM (W-280 SN5038D5)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 6, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|