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