Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1998 PSA#2035

OIC, Field Office Beaufort, P.O. Box 448, Port Royal, SC 29935-0448

C -- INDEFINITE QUANTITY A/E CONTRACT FOR VARIOUS CIVIL PROJECTS IN THE TRI-COMMAND AREA, BEAUFORT, SC SOL N62467-98-R-5012 DUE 040398 POC Contact Estelle Bing (803) 525-3527/236/Contracting Officer Vera M. Grainger This is an Architect-Engineer contract. The total contract value will not exceed $800,000.00. The contract includes a base contract period of one (1) year with the possibility of one (1) one-year option period if found to be in the Government's best interest. Work requires engineering services for miscellaneous projects to be located at Marine Corps Recruit Depot, Parris Island, SC, Beaufort Naval Hospital, Beaufort, SC and Marine Corps Air Station, Beaufort, SC. The initial project proposed if for PI9924M, Repair Starlight Range, Marine Corps Recruit Depot, Parris Island, SC. This project consists of regrading Starlight Range to drain areas between firing lines, designing rangeside ditches to handle run-off from tributary areas and preventing high tides overflowing and flooding the range area. Repair firing line and target area berms. Replace all utility lines. Construct paved road behind 500 yard line. Replace four wooden sheds with permanent brick sheds. Repair heads at target pit area. Replace two heads from behind 500 yard firing lines. Provide two new heads near 300 yard firing line in between ranges. Provide footbridges to access these heads. Initial project construction range is between $1,000,000.00 to $150,000,000.00. 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, this contract will be amended to require comprehensive asbestos or lead survey to include testing, and the preparation of plans and specifications showing the location of asbestos or lead and specifying the procedure to be followed during construction and/or demolition for removal or abatement. 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 not later than April 3, 1998. No facsimile (FAX) application will be accepted. Any inquiries (including submission of SF255) should mention and show title, location, and contract number on the outside of the envelope. Architect-Engineer firms are invited to submit: (1) Standard Form 254, Architect-engineer and Related Services Questionnaire; (2) 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 requirement as listed. Following an initial evaluation of the qualification and performance data submitted, 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 procedure but rather upon the professional qualifications necessary to the satisfactory performance of the professional services required. Selection evaluation criteria is as follows: (1) Professional qualifications of persons assigned to do the work; (2) Recent experience of those persons in an overall variety of civil/sanitary sewer/environmental fields and associated architectural/structural/mechanical/electrical fields; (3) Capacity to accomplish various projects concurrently in the required time. If a branch office(s) will be used to design various projects concurrently, provide the following information: (a) number of people in various disciplines in the branch office; (b) qualifications and experience of those persons in selection criteria (1) and (2); (4) Quality assurance and bid document coordination methods used during design; (5) Cost control methods used during design; (6) Distance from the project; and (7) Past performance in contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedule. This is not a request for proposal. This solicitation is unrestricted. (0048)

Loren Data Corp. http://www.ld.com (SYN# 0035 19980219\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page