Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2002 FBO #0048
SOLICITATION NOTICE

C -- A&E - Civil Engineering for design and cost estimates for construction requirements located at MCAS Yuma, AZ.

Notice Date
1/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Yuma Field Team, Marine Corps Air Station Yuma PO Box 99129/Building 731, Yuma, AZ, 85369-9129
 
ZIP Code
85369-9129
 
Solicitation Number
N68711-02-R-3112
 
Response Due
2/28/2002
 
Point of Contact
michele watts, contract specialist, Phone 9282692213, Fax 9282692447, - Charles Smith, Contract Specialist, Phone 9282692663, Fax 9282693557,
 
E-Mail Address
wattsmr@efdsw.navfac.navy.mil, smithcl@efdsw.navfac.navy.mil
 
Description
Indefinite Quantity/Firm-Fixed-Price Contract. The Officer in Charge of Construction, Yuma, Arizona is seeking Architectural/Engineering Firm services for design and cost estimates for civil engineering projects. These services will allow us to plan, bid, and award construction contracts for various locations in Arizona, New Mexico, and portions of Southeast California. The locations are generally military bases or facilities. Projects will encompass: building improvements, maintenance/repair of existing bachelor officer and enlisted quarters, mess halls, administrative facilities, training facilities, roads, parking areas, open storage lots, runways, taxiways, aircraft hangars, and armories. Additionally, utility upgrades to water distribution systems, water wells, drainage structures, sanitary sewer and storm drainage systems, repair/replacement of fuel storage systems including concrete and steel fuel tanks, fuel transfer lines, valves, and fuel/oil spill containment, and various site improvements. Also included are topographic and geotechnical surveys, land use studies, site assessments, geographic information system data base and map coverage development, Environmental Assessment preparation and like planning documents, and environmental soil/material investigation, material testing services, and preparation of specifications and associated reports and reproduction. Experience or expertise in the design of harsh desert environments is necessary. The Firm-Fixed-Price/Indefinite Quantity Contract covers a period not to exceed 365 days or until a maximum $800,000 is reached. The government reserves the unilateral right to extend the contract term for an additional 365 days or $800,000. If the Government exercises the option to extend the contract, the total estimated amount of this contract shall not exceed $1,600,000. The individual delivery order limitations may not exceed $400,000, and the guaranteed minimum contract amount for the base year is $20,000, and if the Government exercises the option, $20,000 for the option year. The estimated start date is September 1, 2002. A&E Selection Criteria includes, in order of preference: 1. Recent specialized experience of the firm (including consultants) in civil engineering design of sanitary sewer repairs, storm water runoff management improvements, building upgrades/improvements, runway and taxiway repair design, utility upgrades, and geotechnical and topographic surveys. 2. Professional qualifications of the staff to be assigned to this project in the design of facilities listed in criteria 1 above. 3. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, long term relationship with and repeated business with Government and private customers, briefly describing internal quality assurance/quality control procedures and cost control procedures and effectiveness by listing preliminary owner?s budget estimate, A&E revised preliminary estimate, final A&E estimate, construction award amount and percentage differentia and construction change order rate for up to ten recent projects. List recent awards, commendations and other performance evaluations (do not submit copies). 4. Capacity to accomplish the work in the required time. Indicate the firm?s present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. 5. Location in the general geographic area of the project and knowledge of the locality of the project provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. 6. Volume of work previously awarded to the firm by the Department of Defense (DoD) within the last 12 months to the firm, with the objective of effecting equitable distribution of contracts among qualified Architect ? Engineering firms, including minority-owned firms and firms which have not had prior DoD contracts. If a large business is selected for this contract, it will be required to submit a subcontracting plan that must reflect a minimum 5% Small Disadvantaged Business of the contract amount to be subcontracted out. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of an SF 254 and an SF 255 for the firm and an SF 254 for each consultant listed in Block 6 of the firm?s SF 255. We must receive one copy of a submittal package no later than 3:00 PM (MST) on the due date indicated above or on the 30th calendar day after the date of appearance of this announcement in the Federal Business Opportunities, which ever is later. Should the date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying firm: indicate solicitation number in Block 2b, Contractor Establishment Code (CEC) for the address listed in Block 3, and Taxpayer Identification Number (TIN) in Block 3, facsimile number, if any, in Block 3a, and discuss why the firm is especially qualified based on the section criteria in Block 10 of the SF 255. For firms applying with multiple offices, indicate the office that completed each of the projects listed in Block 8 and list which office is under contract for any contracts listed in Block 9. SF 255s shall not exceed 30 printed pages (double sided is two pages, photographs with text are considered as a page). All information must be included on the SF 255 (cover letter, and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e., listing more than a total of 10 projects in Block 8, not providing a brief description of the quality control program, not listing which office of multiple offices completed projects listed in Block 8, etc.) as directed by this synopsis may be negatively evaluated under selection criteria 3. Telegraphic and facsimile SF 255s will not be accepted. This is an ?unrestricted? procurement. Small Business Size SIC is ?8711?, $2.5 million annual average over a three year period. This is not a request for proposal.
 
Place of Performance
Address: BASE SERVICES DEPARTMENT, ATTN 5DYU, MCAS YUMA, BOX 99137, YUMA AZ, ,
Zip Code: 853699137
Country: USA
 
Record
SN20020119/00015837-020118090721 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.