Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,1997 PSA#1861

Officer in Charge of Construction, P.O. Box 43119, Marine Corps Logistics Base, Albany, Georgia 31704-3119

C -- INDEFINITE DELIVERY CONTRACT FOR PROFESSIONAL STRUCTURAL DESIGN/ENGINEERING SERVICES, MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA SOL N62467-97-R-3540 DUE 070897 POC Ms. Patty Morgans at (912) 439-5603. STRUCTURAL AND PROFESSIONAL ENGINEERING SERVICES AT MCLB, ALBANY, GA. Architect-Engineer or Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, and all associated engineering services for several projects under an indefinite quantity contract for Marine Corps Logistics Base, Albany, Georgia. There is likely to be a wide variation in the complexity and size of the structural design projects issued under this contract as Delivery Orders (D.O.). However, no single D.O. will exceed $99,000.00 in total fees. The duration of the contract will be for one (1) year from the date of initial contract award. The proposed contract includes a Government option for the same terms and conditions of the original contract for a period of an additional one (1) year. A maximum of $100,000.00 in D.O. fees are possible during each 12 month period of the contract not to exceed $200,000.00 for the entire contract. The Government reserves the right to exercise the optionafter one year or once the maximum fees are met, whichever comes first. Design services will include (A) New and/or retro-fit structural design; (B) New and/or retro-fit floors, ceilings and/or walls; (C) New or replacement lighting; (D) New or replacement heating, ventilation, and air conditioning; (E) New or replacement interior water and sewer piping; (F) New or replacement electrical system; (G) New or replacement telephone system; (H) Evaluation of asbestos materials may be required. Subsequent preparation of plans and specifications may require definition of the removal and/or disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility; (I) The Government will reserve an option to negotiate construction inspection services and the preparation of Operating and Maintenance Support Information (OMSI); (J) Landscaping installation/renovation. A-E firms responding to this announcement will be evaluated on the above requirements based on the following criteria in relative order of importance: (1) Professional qualifications necessary for satisfactory performance of required services including professional registration of members of the firm and outside consultants; (2) Aggressive internal quality control program with demonstrated results of reducing design errors and/or omissions; (3) Specialized experience and technical competence in the type of work required of the proposed engineering/technical staff of the firm and the proposed consultants who will perform the work; (4) Capacity to accomplish the work in the required time as demonstrated by the impact of this workload of the firm's permanent staff, projected workload during the anticipated design period, the firm's history of successfully completing projects in compliance with performance schedules and providing timely construction support. Provide specific experience and relate time frames to accomplishment of similar design efforts. If consultants are involved address history of working relationship; (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy eff~iciency in facility design; (7) Location of the firm in the general geographic area of the contract provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract; (8) Volume of work awarded to the firm by the Department of Defense during the last 12 month period; (9) Extent to which potential Contractors identify and commit to small/small disadvantaged business, historically black college/university, or minority institutions in performance of contracts. The initial work will be for Project AL9907M, Replace Even Numbered Barracks Roofs. Design contract number is N62467-97-R-3540. This work will include the replacement of 48,O00 SF existing built-up roofing with new standing seam metal roofing over pre-engineered wood roof trusses; as well as extending existing roof penetrations through the new roof, including items (A), (C), and (D) above. No other general notification to firms for other similar projects performed under this contract will be made. It is estimated that this contract will be awarded in August 1997. Type of Contract: Firm Fixed Price. Firms which meet the requirements described in this announcement are requested to submit completed SF 254 (unless already on file) and SF 255, U.S. Government Architect-Engineer Qualifications, to the off~ice shown above. The SF 255 should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. Specifically address all criteria elements listed, with additional sheets as required. Firms responding to the announcement by 8 July 1997 will be considered. In the case where aninsufficient number of SF 255's are received, then firms having a current SF 254 on file with this office may be requested to submit a SF 255. This procurement will be issued as an unrestricted procurement. This is not a request for proposals. Inquiries concerning this announcement should mention location and contract number. Overnight delivery of submittals should be addressed to OFFICER IN CHARGE OF CONSTRUCTION, BLDG. 5500, MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA 31704. (0155)

Loren Data Corp. http://www.ld.com (SYN# 0019 19970606\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page