COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS
C -- ARCHITECT AND ENGINEERING SERVICES
- Notice Date
- May 24, 2001
- Contracting Office
- National Imagery and Mapping Agency, St. Louis Contracting Center, Attn: PCS/L-13, 3200 South Second Street, St. Louis, MO 63118-3399
- ZIP Code
- 63118-3399
- Solicitation Number
- NMA402-01-R-0004
- Response Due
- June 28, 2001
- Point of Contact
- Joan Reagan, Contract Specialist, 314-263-4211 X112 or Susan Pollmann, Contracting Officer, 314-263-4211
- Description
- Indefinite Delivery Architect-Engineer contracts for Type A (Investigative), Type B (Design), and Type C (Supervisory) services will be awarded. Work consists of furnishing all professional and technical services, labor, equipment and materials, and performing all necessary travel and associated services (i.e. investigations, observations, soils testing, surveys) to provide various complete designs and project documents for the National Imagery and Mapping Agency -- St. Louis facilities located at 3200 South Second Street and 8900 South Broadway, St. Louis, Missouri; and 3838 Vogel Road, Arnold, Missouri. The professional architectural-engineering services required will be multi-disciplined to include Electrical, Mechanical, Fire Protection, Architectural, Structural, Civil, and Survey/Drafting CADD. The 3200 South Second Street compound is a Registered National Historic Area. Projects involving historic features on the base shall be maintain or restore the features affected by the project. Type A and B services shall include but not be limited to site visits as required, compilation of required data, technical analysis, development of design concepts and preparation of project documents to include complete technical drawings, specifications, schedules, and detailed cost estimates. All technical drawings shall be prepared by Computer Aided Drafting Methods. Type C services shall include all labor, equipment, and materials required to perform job site inspections and to review contractor's submittals for shop drawings, product data, and test data. Examples of delivery orders for FY 02 are: Repair/Upgrade Domestic Water Supply, Repair/Replace Fire Pumps, Repair/Replace Chiller #3, Replace HVAC, Repair/Replace Fire Alarm System, and Repair Office Area for IAW. All designs shall be in accordance with MIL-HNDBK-1190, ADA, EPA, NFPA, and OSHA guidelines. Selection criteria in descending order of importance are: 1) Professional qualifications necessary for satisfactory performance of required services; 2) Specialized experience and technical competence in the type of work required; 3) Capacity to accomplish the work in the required time and budget; 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; 6) Location in the general geographical area of the project and knowledge of the locality of the project; and 7) Distribution of work (volume of work awarded by DoD during the last 12 months; equitable distribution of work among small businesses and firms that have no prior DoD experience; and extent of subcontracting with small business, small disadvantaged businesses, historically black colleges and universities and minority institutions). Items 3 and 4 are of equal importance. Items 6 and 7 are secondary factors during the selection process. Each project will be negotiated separately. The Architect-Engineer firm will be guaranteed a minimum of $5,000 in total fees for this contract. The minimum amount for each Delivery Order is $2,000. The maximum amount for each Delivery Order is $150,000. Delivery orders may be placed against the contract until the maximum of $1,500,000 or five years is reached. NIMA expects to award between two and four contracts as a result of this procurement. Architect-Engineer firms interested in providing these services must submit a completed Standard Form 254, Architect-Engineer and Related Services Questionnaire, and Standard Form 255, Architect-Engineer Related Services for Specific Project, to the office shown below. SF 255's should detail the firm's past performance on contracts with Government agencies. The detail should also include experience in cost control, compliance with performance schedules, and technical quality of work. Firms responding to this announcement within thirty (30) days from the date of notice will be considered for selection. No other general information to firms under consideration for this contract will be made and no other action is required. Discussions will be held with the firms identified as most highly qualified. Firms owned and controlled by socially and economically disadvantaged individuals are urged to reply. 100% of this procurement is set-aside for small business. North American Industry Classification System (NAICS) code 541310 and size standard of $4,000,000 apply. This is not a Request for Proposal. Submit SF255/254 packages to: National Imagery and Mapping Agency -- St. Louis; PCS L-13 Joan Reagan; 3200 South Second Street; St. Louis, Missouri 63118-3399.
- Record
- Loren Data Corp. 20010529/CSOL008.HTM (W-144 SN50M9T3)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|