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