Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2002 FBO #0160
SOURCES SOUGHT

C -- INDEFINITE QUANTITY A/E CONTRACT FOR VARIOUS MECHANICAL/ELECTRICAL PROJECTS, TRI-COMMAND AREA, BEAUFORT, SC

Notice Date
5/9/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Beaufort, P. O. Box 429, Port Royal, SC, 29935
 
ZIP Code
29935
 
Solicitation Number
N62467-02-R-9319
 
Response Due
6/17/2002
 
Archive Date
7/2/2002
 
Point of Contact
Jodeen Cuffe, Contract Specialist, Phone 843-228-3546, Fax 843-228-2177, - Charles Daniels, Contract Specialist, Phone 843-228-3193, Fax 843-228-2177,
 
E-Mail Address
cuffejm@efdsouth.navfac.navy.mil, danielsca@efdsouth.navfac.navy.mil
 
Description
Architect-Engineering Services are required for Engineering, Planning, and Design for various project types at locations within the Tri-Command area, Beaufort SC. Work may be performed at Marine Corps Recruit Depot, Parris Island, SC; Marine Corps Air Station; and Naval Hospital, Beaufort, SC. Project may include studies, preparation of plans, specifications, and cost estimates for repair, alteration and/or new construction projects. The contract will be an indefinite quantity type contract where delivery orders will be placed on an intermittent, ?as required,? basis. The contract includes a base contract period of one (1) year or $1,000,000.00 in fees, with the possibility of four (4) one-year option periods, or $1,000,000.00 in fees per option period, whichever occurs first. The options will be exercised only if found to be in the Government?s best interest. The total contract value will not exceed $5,000,000.00. Magnitude of each project will be between $5,000.00 and $200,000.00. There will be a guaranteed minimum of $10,000.00 for the contract. The selected A/E firm will be required to provide overhead, profit, and discipline hourly rates to the Contracting Officer within seven (7) days after receiving notice of selection. As part of this contract, asbestos and lead assessments may be required to determine the presence of asbestos or lead. When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required. Firms unable to accept work that involves asbestos or lead need not apply. Reviewing shop drawings, construction inspection and/or preparation of operation and maintenance manuals may be required. Responses must be received by 4:00 p.m. on 17 June 2002. No facsimile (FAX) applications will be accepted. Any inquiries (including submission of SF255) should identify the title, location, and solicitation number on the outside of the envelope. Architect-Engineer firms are invited to submit: (1) A Standard Form 254, Architect-Engineer and Related Services Questionnaire; (2) A Standard Form 255, Questionnaire for Specific Project; and (3) Any requested supplemental data to the procurement office shown. Firms having a current Standard Form 254 on file with the procurement office are not required to resubmit this form. 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 the firm, specialized technical expertise or other requirements as listed. Following an initial evaluation of the qualification data and performance data submitted by the firm, three or more firms considered to be the most highly qualified to provide the services required will be chosen for interview. The Department of Defense policy for selection of Architect-Engineer firms is not based upon competitive bidding procedures, but rather upon the professional services required. Selection evaluation criteria are as follows: (1) Qualifications: (a) Technical competence of the individual design team members assigned to perform designs of the types of projects listed above that may be added during the life of the contract. Competencies are to include, but not be limited to: mechanical, electrical alteration, repair and new construction projects, including incidental civil, structural, and architectural engineering, and (b) Projects involving asbestos or lead paint. (2) Experience: (a) Recent experience of the individuals assigned to the design team to design the types of projects listed above and associated architectural / civil / structural / environmental fields typical of Marine Corps Air Station, Marine Corps Recruit Depot, and Naval Hospital. (3) Capacity and Current Workload: Capacity to accomplish various projects concurrently in the required time. Provide information about the branch office(s) and if any of the branch office(s) will be used to design various projects concurrently. List qualifications and experiences of these individuals in selection criteria (1) and (2). List current workload of the firm and the individuals assigned to do the work. (4) Firm?s Geographical Location: Firms will be evaluated on their accessibility to the Tri-Command area and to Southeastern South Carolina and their demonstrated ability to respond to the demands of this contract in a timely manner. (5) Past Performance: Past performance in contracts with Government agencies and private industries in terms of quality of work, compliance with performance schedules, response time to resolve problems due to unforeseen conditions and design errors and omissions and cost control. (6) Quality Assurance: Quality assurance and bid document coordination methods used during design. (7) Awards: Awards from all DOD Agencies during the past three years. This procurement is unrestricted. Any large firm that is short-listed under this solicitation will be required to submit a subcontracting plan (in addition to addressing the small business criteria in the SF255) prior to being interviewed. The subcontracting plan shall address the planned potential for utilization of small business, HubZone small business, small disadvantaged business, women-owned small business, historically black colleges and minority institutions. Before award of the contract, an acceptable Subcontracting plan for Small Business and Small Disadvantaged Business in accordance with FAR Part 19.7 shall be submitted for incorporation into the contract. This is not a request for proposal. The applicable NAICS Code is 541330 ($4,000,000). REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE IS MANDATORY PRIOR TO AWARD OF THE CONTRACT.
 
Place of Performance
Address: ROICC BEAUFORT AOR, PO BOX 429, PORT ROYAL, SC
Zip Code: 29935
Country: US
 
Record
SN00074625-W 20020511/020509213337 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.