|
COMMERCE BUSINESS DAILY ISSUE OF JULY 6,1995 PSA#1382Facilities Support Contracts, Public Works Division, Marine Corps Air
Station, Beaufort, South Carolina C -- INDEFINITE DELIVERY TYPE CONTRACT FOR ARCHITECTURAL AND
ENGINEERING SERVICES. SOL N62467-95-D-4945. DUE 071195. Contact Debbie
Foss, 803/522-7678/Contracting Officer S.E. Perritt, 803/522-7072.
Correction: Firms responding by July 3, 1995 will be considered for
selection, please change date to read July 11, 1995, the remainder of
the information remains the same. The Civil/Structural/Architectural-
to include studies, preparation of plans, specifications, and cost
estimates for repairs, alterations and/or new construction projects.
The projects will be principally of a civil/structural/architectural
nature, but may include need for mechanical/electrical/environmental
expertise. Contract documents shall follow the current Navy format.
Experience in the following is required: Civil/Structural - demolition
and site preparation, waste water treatment and collection systems,
water distribution systems, storm drainage systems, roads, parking,
fencing, playground and associated facilities, building cladding and
framing systems, structures and foundations for various
facilities/structures, topographic and boundary surveys, airfield
facilities, water front structures (i.e. piers), marine sounding and
surveys, corrosion surveys and studies, water intrusion studies and
surveys. Architectural - demolition, asbestos abatement, lead paint
abatement, roofing systems, building structure, interior and exterior
features and finishes, and landscape design. As part of this contract,
asbestos assessment or lead paint assessment may be required. If
asbestos or lead paint is found, this contract may be amended to
require comprehensive asbestos or lead paint surveys to include
sampling and testing, and preparation of contract documents showing the
location of the asbestos or lead paint, and specifying the procedure to
be followed during construction and/or demolition to prevent the
release of airborne particles. Firms unable to accept work which
involves asbestos or lead paint need not apply. Review of Contractor
submittals, field inspection during construction and preparation of
as-built drawings may be required. The contract shall guarantee a
minimum fee of $10,000 payable in the event the Contractor is not
required to perform work under this contract equal to or greater than
that amount within one year from date of award. This contract will
include an option for a one year extension, and fee will not exceed
$400,000 per year. No one Delivery Order will exceed $150,000. Firms
responding by July 03, 1995 will be considered for selection. No
facsimile (FAX) applications will be accepted. Award of a contract is
dependent upon the availability of funds. No legal liability on the
part of the Government for any payment may arise until funds are made
available to the Contracting Officer for this contract, and until the
Contractor receives notice of such availability, to be confirmed in
writing by the Contracting Officer. The Government may introduce
additional fees to be negotiated separately. Proof of current
Professional Engineer or Architectural registration shall accompany
standard Form 255. A one year option to be exercised at least 60 days
prior to the end of the first year is authorized. The option year is
limited to the same fee restrictions as the first year. Selection
Criteria: Selection Criteria will be based on the following criteria,
numbered in order of importance: 1. Qualifications: Technical
competence of the individual design team members to design alterations,
repairs, and new construction projects. 2. Experience: Recent
experience of the individuals assigned to the design team in; (a)
design of repair, alteration, and new construction projects typical of
a Marine Corps Air Station. (b) Projects involving asbestos, or lead
paint. (c) Design of projects of Navy design criteria. (d) Using
interdisciplinary design reviews. (e) Capacity of the firm to complete
the work in the time required. (f) Past performance history on
contracts with Government agencies and private industry in terms of
cost control, quality of work and compliance with performance
schedules. (g) Ability to produce computer generated drawings on
AutoCad Release 12 or higher format capability. Ability to prepare cost
estimates in the computerized CES format, and specifications using
SPECINTACT. 3. Performance: Past performance/ratings on DOD contracts.
4. Ability: (a) Professional ability to perform multiple projects
concurrently. (b) Current volume of work and prior DOD awards (past 3
fiscal years only). 5. (a) Firm's geographical location: Firms will be
evaluated on their accessibility to the Marine Corps Air Station,
Beaufort and to Southeastern South Carolina and their demonstrated
ability to respond to the demands of this contract in a timely manner
(provided that application of this factor leaves an appropriate number
of qualified firms). (b) Ability to adapt probable site conditions
with respect to the project scope. (c) Knowledge of the regulatory
requirements that would affect the work, with respect to the project
site. 6. Submittal Requirements: A&E firms having capabilities for the
work are invited to submit completed SF254 and SF255, A&E Related
Services Questionnaire for themselves and their subcontractors to the
office shown above. A current SF254 representing the personnel,
experience and capabilities of the office must be included with the
application, unless the above stated SF254 is already on file at MCAS,
Beaufort and is dated less than one year before the date of this
advertisement. (178) Loren Data Corp. http://www.ld.com (SYN# 0014 19950705\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|