Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1998 PSA#2038

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

C -- INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL DESIGN/ENGINEERING SERVICES, MARINE CORPS LOGISTICS BASE, ALBANY, GEORGIA SOL N62467-98-R-3425 DUE 033098 POC Contact Ms. Patty Morgans, Contract Specialist, (912)436-5603 Ext 15 Architect-Engineer or Engineering Services required for preparation of environmental studies and recommendations, related plans, specifications, cost estimates, 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 environmental projects issued under this contract as task orders. However, no single task order will exceed $99,000, in total fees. The duration of the initial contract will be for a maximum period of 12 months 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 an additional maximum period of 12 months. A maximum of $100,000 in task orders are possible during each period not to exceed $200,000 for the entire contract. The Government reserves the right to exercise the option after one year or once the maximum fees are met, whichever comes first. Services will include (A) Site investigations including monitoring wells, soil borings, sampling, testing, recommendations for remediation and redmediation design; (B) Mass balance studies with recommendations; (C) Air studies with recommendations; (D) Water studies including drinking water, industrial waste water and storm water, with recommendations; (E) Drainage improvements; (F) Evaulation and definition of asbestos materials and/or lead based paints 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 part of their contract responsibility; (G) The Government will reserve an option to negotiate construction inspection services and the preparation of Operating and Maintenance Support Information (OMSI); (H) 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; (2) Agressive 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 who will perform the work; (4) Capacity to accomplish the work in the required time; (5) Past performance of contracts with Government agencies and private industry in terms of cost contol, quality of work, and compliance with performance schedules; (6) 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 natur and size of the contract; (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (8) Volume of work awarded to the firm by the Department of Defense during the last 12 month period. Pertinent statements relative to the evaluation factors shall be included in Part 10 of Form SF255. The initial work will for Project EB02198P, DELINEATE VERTICAL /HORIZONTAL EXTENT OF PCB CONTAMINATION, BLDG 10100. Contract number is N62467-98-R-3425. This work will include soil borings, sampling, testing, and investigative reports signed and sealed by the professional engineer or geologist supervising the project. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price. Estimated start date May 1998. In the case where an insufficient number of SF255's are received, then firms having a current SF254 on file with this office may be requested to submit a SF255. SIC Code 8711 Size Standard $2.5 million. THIS IS NOT A REQUEST FOR PROPOSALS. Inquiries concerning this announcement should mention location and contract number. Overnight delivery ofsubmittals should be addressed to Officer in Charge of Construction, Bldg 5500 Walker Ave, Marine Corps Logistics Base, Albany, Georgia 31704. See Numbered Notes 1, 24 and 25. (0051)

Loren Data Corp. http://www.ld.com (SYN# 0024 19980224\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page