|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,1996 PSA#1532Officer in Charge of Construction, Building 751, Enterprise Ave., Naval
Air Station, Lemoore, California C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL-ENGINEERING
SERVICES FOR VARIOUS MECHANICAL AND ELECTRICAL PROJECTS AT THE NAVAL
AIR STATION, LEMOORE, CALIFORNIA Sol N62474-95-R-3612, Due 033196,
contact Glenda Allen, Contracting Officer, (209) 998-3905.
Architectural-Engineering Services for preparation of engineering
studies, final plans, specifications, design criteria, surveys, cost
estimates, shop drawing reviews, and construction consultation for
mechanical and electrical repairs, alterations, new construction,
and/or equipment installation projects. The initial projects has not
been determined, however, project work may consist of (a) Mechanical,
including but not limited to heating, ventilation and air conditioning
systems, industrial ventilation, energy analysis control systems,
natural gas systems, compressed air and vacuum, medical gas, and engine
generator installation; (b) Electrical, including but not limited to
fire alarm and smoke detection systems, interior and exterior
electrical distribution systems up to 12.4 KV, interior and exterior
lighting systems, and intrusion alarm systems. Asbestos, lead
containing materials, hazardous materials may be present at any project
location. The A-E may be required to conduct assessments to determine
the presence of asbestos, lead containing materials, hazardous
materials; conduct comprehensive surveys including sampling and
testing, and if required, prepare plans and specifications showing the
locations and specifying the procedure to be followed during
construction and/or demolition to prevent the release of airborne
asbestos, definition of removal and/or definition of disposal process
for asbestos, lead containing materials, and hazardous materials. Firms
unable to accept work which involves asbestos/lead/hazardous materials
need not apply. This indefinite quantity firm-fixed price contract
will be awarded for a one year period with an option to extend the
contract for one additional year, not to exceed $200,000 for each year.
The Government guarantees a minimum amount of $10,000. A-E fee per
project shall not exceed $99,000. The estimated start date is May 1996.
A-E Selection will be based on the following criteria, numbered in
order of importance: 1. Qualifications: Professional qualifications and
technical competence of the staff being assigned to this contract. 2.
Experience: Recent specialized experience of the firm's individuals
assigned to this contract (including Consultants) in (a) designing
similar repair, alteration and new construction projects, etc., (b)
projects involving asbestos, lead containing materials, and other
hazardous materials, (c) designing projects to Navy, design criteria,
(d) using interdisciplinary design reviews of similar projects, (e)
using cost control procedures for similar projects, (f) post-contract
award services on similar projects to ensure compliance. 3.
Performance: Past performance on contracts with Government agencies and
private industry in terms of cost control, quality of work, and
compliance with performance schedules. 4. Quality Control: The Firm's
quality control practices/techniques. 5. Capacity: (a) professional
ability to perform multiple projects concurrently, (b) current volume
of work. 6. Geographic Location: (a) location of firm in the
geographical area of the project, provided there is an appropriate
number of qualified firms therein for consideration, (b) knowledge of
probably site conditions that may arise, and (c) knowledge of
regulatory requirements that would affect the projects. If the firm has
branch offices in more than one city, indicate the number of personnel
in each discipline in the office that will be responsible for work
under this contract. Also indicate prior names your firm has used in
the past three years, including the parent company, branch offices,
affiliates, associations, and subsidiaries. Architect-Engineer firms
which meet the requirements described in this announcement and wish to
be considered are invited to submit a completed SF 254, including
sub-consultants (unless already on file) and SF 255. One copy of the SF
255 is to be received in this office not later than close of business,
31 March 1996. Should the due date fall on a weekend or official
government holiday, the SF 255 will be due the first workday
thereafter. SF 255s received after this time will not be considered.
Indicate solicitation number in Block 2d, fax number, if any, in Block
3a, Contractor Establishment Code (CEC) and/or Dun & Bradstreet Number
for the address listed in Block 3, and TIN number in block 3 on the SF
255. This proposed contract is being solicited on an unrestricted
basis, therefore, replies to this notice are requested from all
business concerns. This is not a request for proposals. Inquiries
concerning this project should mention location and contract number.
Personal interviews may not be scheduled prior to selection of the most
highly qualified firm. Firms which design or prepare specifications for
a construction contract or procurement of supplies cannot provide the
construction or supplies. The limitation also applies to subsidiaries
and affiliates of the firm. Site visits will not be arranged during the
submittal period. Telegraphic and facsimile SF 254s and SF 255s will
not be considered. Label the lower right corner of the envelope with
Solicitation Number N62474-95-R-3612, Attn: GA. (040) Loren Data Corp. http://www.ld.com (SYN# 0032 19960214\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|