Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

C -- INDEFINITE QUANTIY CONTRACT FOR ARCHITECTURAL DESIGN SERVICES, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA

Notice Date
April 9, 2001
Contracting Office
CG, MCAS Cherry Point, Facilities, OIC NAVFAC Contracts, PSC Box 8006, Cherry Point, NC 28533-0006
ZIP Code
28533-0006
Solicitation Number
N62470-01-D-5247
Response Due
May 14, 2001
Point of Contact
Marsha Temple, Contract Specialist (252) 466-4751
E-Mail Address
N62470-01-D-5247 (TempleMG@efdlant.navfac.navy.mil)
Description
This solicitation is for an Indefinite Quantity Contract for Architectural Services at MCAS, Cherry Point, North Carolina. This is NOT a request for proposals. One firm will be chosen from a slate generated from this announcement. The indefinite quantity contract will have an initial term of one year and may be renewed for one additional year at the option of the Government. The maximum total fee (subject to necessary changes) shall not exceed $500,000.00, including the option year. Firms which meet the requirements described in this announcement are required to submit one copy each of completed SF-254 and 255 forms. Inquiries shall refer to the contract number and title. Copies of SF-254 forms are also required for proposed consultants and copies of SF-255 forms are encouraged for proposed consultants who are expected to contribute significantly to the contract. All required information must be included within the SF 255; cover letters will not be considered in the evaluation process. Firms are required to prepare the specifications in the SPECSINTACT system format. Also, digital graphics databases of the designs are required. All drawings shall be submitted in an AutoCAD (.DWG) format on CD ROM disks. There is no initial project for this contract, but architectural design skills are required for various building types, which are likely to include office buildings, industrial buildings, warehouses, hangars, theaters, bowling alleys, chapels and single and multi-family housing. Incidental civil, mechanical and electrical design skills will be required on projects. Services required to accomplish projects tasks include field investigation,file research, design and preparation of contract bidding documents (specifications, drawings and cost estimates). Following the initial contract award, additional projects (which will require the same skills to accomplish) may be added by delivery order without additional announcement. Some small projects with quick turnaround times are anticipated. Project scopes may also require material sampling and testing for asbestos and lead paint, as well as the removal, disposition, or other handling of these materials by the contract documents. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. Typical project assignments may include (a) General building renovation work such as repair/replace roofing, windows, doors, ceilings, floors, rest rooms, exterior and interior building finishes, HVAC system or components, plumbing system or components and interior electrical system or components; (b) Minor building additions less than $400,000 in construction cost; (c) Studies relating to code research, space planning, cost analysis and architectural evaluations. Selection will be based on the following evaluation factors as they relate to the before mentioned work. Firms must demonstrate their and each key consultant's qualifications with respect to the published evaluation factors. Factors are listed in other of important; (1) Professional qualifications of the firm's proposed personnel and its consultants (if proposed)necessary for satisfactory performance of required services. Provide resumes for key persons expected to perform work under the contract and show location of their assigned office; briefly describe each key person's anticipated role in performing contract work and highlight their specific training, certification and experience relative to anticipated contract project assignment; (2) Specialized experience of the firm (including consultants) and technical competence in the type of work required. Cite examples of prior work relationships with proposed consultants. Provide a synopsis of the scope of work and point of contact with telephone numbers for each project listed in SF 255, Block 8. Cross reference specific projects listed with the names of persons identified in evaluation Factor (1) and provide a brief description of the work performed by each person referenced; (3) Capacity to accomplish the work in the required time. Firms shall indicate projected workloads through the life of the contract and shall identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide evidence that your firm is permitted by law to practice the profession of architecture in your State of residence; (4) Past Performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedule; (5) Internal quality control procedures proposed for this contract including directing the design obligations of consultants; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficienty in facility design; (7) The volume of work previously awarded to the firm by the Atlantic Division, Naval Facilities Engineering Command and other DOD agencies will be considered with the objective of effecting an equitable distribution of contracts among qualified architect-engineer firms. Firms shall list contract titles and the total dollar value of DOD contracts that they have been awarded over the last twelve month period; (8) Location in the general geographical area of the project and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms given the nature and size of the project. Responses shall be sent to CG, MCAS Cherry Point, Facilities, OIC, NAVFAC Contracts, Building 163, Curtis Road, Cherry Point, North Carolina 28533-0006 and received no later than 4:00 p.m. on the closing date. Late responses will be handled in accordance with FAR 52.214-7. THIS PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS. THEREFORE, REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. Ths small business size standard classification is 54131.
Record
Loren Data Corp. 20010411/CSOL001.HTM (W-099 SN50I6X0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com