Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

C -- Architectural/Engineering Services for Various Renovation, Repair, and New Construction at Marine Corps Air Station Yuma, Arizona

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
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
876401
 
Response Due
4/5/2004
 
Archive Date
4/20/2004
 
Point of Contact
Michele Watts, Contract Specialist, Phone (928) 269-2213, Fax (928) 269-3557, - Charles Smith, Contract Specialist, Phone 928-269-2663, Fax 928-269-3557,
 
E-Mail Address
wattsmr@efdsw.navfac.navy.mil, smithcr@efdsw.navfac.navy.mil
 
Description
Indefinite Quantity/Firm-Fixed-Price Contract. The Officer in Charge of Construction, Marine Corps Air Station (MCAS) Yuma, Arizona is seeking Architectural/Engineering Firm services for architect and associated consultants from civil, structural, mechanical, electrical disciplines as required by the individual projects. Projects will generally involve repairs, remodel and renovation of buildings or structures and or minor new construction. Architect may be required to provide CAD generated 3-D models of project designs for rendering, still perspectives and views, panoramic views and /or animation files. The resulting Indefinite Quantity Contract will cover a period not to exceed 365 calendar days from the date of Contract Award or until the contract reaches the $800,000 limit. The Government has the option to extend this contract for three (3) additional periods, not to exceed 365 days each, or until additional limits of $800,000 may be reached during each period. A total amount of $3,200,000 shall not be exceeded. If the dollar capacity of the previous period has not been utilized, this unused capacity will be added to the following option period (if it is exercised). The maximum delivery order shall not exceed $200,000. The minimum guarantee for the contract is $5,000. The area of work will be MCAS Yuma, Arizona. A&E Selection Criteria includes, in order of preference: 1. Professional qualifications of the proposed staff and consultants 2. Specialized Experience of the firm (including consultants) in providing services of the type described above, and the preparation of RFP for design build contracting for new construction, alterations, repairs, renovations, and maintenance projects on buildings and structures typically found on Marine Corps bases. Do not list more than ten (10) projects. Indicate which consultants from the proposed team, if any, participated in the services for each project. 3. Past performance on contracts with DOD or other government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate effectiveness by listing budget/estimated construction cost, award amount, and final construction cost for at least five recent projects. Briefly, describe internal quality assurance, cost control procedures, and indicate team members who would be responsible for monitoring these processes. List recent awards, commendations, and other performance evaluations (do not submit copies). 4. Demonstrated knowledge and experience in applying sustainability concepts and principles as applied to energy conservation, the use of recovered and recycled materials, waste reduction and construction waste management practices as well as reduced maintenance and building life costs. 5. Capacity to accomplish multiple task orders simultaneously 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 6. Demonstrate knowledge of design for harsh desert environments, and familiarity with construction in Yuma, Arizona. 7. List the small, disadvantaged, woman-owned business, veteran-owned small business or service-disabled veteran-owned small business concerns or HUBZone small business firms, which you will use as primary consultants or as sub-consultants. 8. VOLUME: List the volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Those firms that meet the requirements described in this announcement and who wish consideration, must submit one copy each of a SF 254 and SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. We must receive one copy of the submittal package in our office no later than 3:00 PM Mountain Standard Time on the proposal due date. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. We will not consider submittals received after this date and time. 9. Applying firms are to ensure the following information is complete: indicate solicitation number in block 2b; CEC (Contractor Establishment Code) and Duns number (for address listed in block 3); and TIN number in block 3; fax number and email address in block 3a; discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. We will not schedule any personal interviews before selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is considered to be two pages/organizational charts and photographs excluded. Exception: we will consider photographs with text as a page). All information must be included on the SF 255. Items such as: cover letter, other attachments and pages, which are in excess of the 30 page limit will not be included in the evaluation process. We may negatively evaluate 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 plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis under selection criteria (3). Firms, their subsidiaries, or affiliates, which design or prepare specification for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. We will not accept telegraphic and facsimile SF 255s. We will not arrange Site visits during the submittal period. In accordance with DFARS 252.204-7004, you must register with the Central Contractor Registration (CCR) before any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The North America Industry classification System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 million. See Numbered Note(s) 24, 26.*****
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68711D/876401/listing.html)
 
Place of Performance
Address: RESIDENT OFFICER IN CHARGE OF CONSTRUCTION BUILDING 731 YUMA, AZ
Zip Code: 85369-9129
Country: USA
 
Record
SN00527168-F 20040222/040220232231 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.