Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145

Alliant Techsystems Incorporated, Allegany Ballistics Laboratory, P.O. Box 210, State Route 956, Rocket Center, WV 26726

C -- A&E SERVICES INDEFINITE QUANTITY (IQ) CONTRACT SOL PHC-239 POC Patrick H. Cunningham, 304-726-5047 Architectural and Engineering (A&E) Services are required to support the restoration of the ABL NIROP facility. An indefinite quantity (IQ) contract will be awarded to an A&E firm to provide general facility design services on an as-needed basis. Design services include, but are not limited to drawing and specification preparation for site surveying, site subsurface evaluation, sitework, site utilities, foundations, super-structure, exterior closures, roofing, interior construction and finishes, plumbing, HVAC, fire protection, electrical service and distribution, lighting and branch wiring, and communication systems. Designs may be in accordance with BOCA and all applicable state and federal regulations. All construction drawings must be provided with appropriate professional engineers or architects stamps and seals registered in any U.S. state. Proposals must demonstrate that the firm, key personnel and key consultants are qualified to provide services with respect to the following evaluationfactors, each of which will be evaluated with equal performance. (1) Specialized Experience -- firms will be evaluated in terms of their past experience with regards to a) design of industrial facilities, b) design of administrative facilities, and c) design of industrial utilities and infrastructure. 2) Professional Qualifications and Technical Competence -- firms will be evaluated on design staffs and consultants with regards to experience on previous industrial facility design projects. (3) Past Performance -- firms will be evaluated in terms of a) demonstrated long term business relationships and repeat business with the federal government and private customers, b) performance on previous IQ contracts, and c) performance awards/letters of recommendation received. (4) Quality Control Program -- firms will be evaluated in terms of a) their internal quality control program used to insure technical accuracy and discipline coordination of plans and specifications, b) cost control techniques utilized to establish accurate project budget and design within the budget. (5) Location and Knowledge of the Locality of the Project -- firms will be evaluated on a) their location with respect to the general geographic area of the project (Mineral County, West Virginia) and b) their knowledge of local codes, laws, permits, and practices. Estimated costs of this effort is as follows. If required, individual task orders for each project will be generated with a value of not less than $20,000 each and not more than $500,000, with no more than $1,000,000 in a single calendar year. Term of the contract is as base of 365 calendar years with options for two additional 365 calendar day periods. Firms that meet the requirements described in this announcement are invited to submit Standard Forms (SF) 254 & 255, U.S. Government Architect-Engineering Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architectural and engineering, i.e. State registration number. Use Block 10 of the SF 255 to provide an additional information desiredand continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255; cover letter and other attachments will not be considered in the evaluation process. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in the SF 255 Block 8. Firms responding by 4:00 P.M. (local time) August 25, 1998 will be considered. Late responses will be handled in accordance with FAR 52.215.10. Facsimile responses will not be accepted. Firms responding to this advertisement are requested to submit three copies of qualifications statements. The qualification statements should clearly indicate the office location where the work will be performed and qualifications of the individuals anticipated to work on the contract and their geographic location. The proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. The small business size classification is SIC 8712 ($2,500,000). This is not a request for proposal. Posted 07/23/98 (W-SN227465). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0027 19980727\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page