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