COMMERCE BUSINESS DAILY ISSUE OF MAY 25, 2001 PSA #2859
SOLICITATIONS
C -- INDEFINITE QUANTITY CONTRACT FOR STRUCTURAL ENGINEERING AND DESIGN SERVICES, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
- Notice Date
- May 23, 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-5284
- Response Due
- June 27, 2001
- Point of Contact
- Marsha Temple, Contract Specialist, (252) 466-475l
- E-Mail Address
- N62470-01-D-5284 (TempleMG@efdlant.navfac.navy.mil)
- Description
- This solicitation is for Structural Engineering and Design Services for various projects at Marine Corps Air Station, Cherry Point, North Caroina. This is not a request for proposals. It shall 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. Inquiries shall refer to contract number and title. An opening project has not been identified. Engineering services are required for field investigations, structural analyses, preparation of plans, specifications, cost estimates, related studies and all associated engineering services, shop drawing review and Quality Assurance Plan preparation (specifying construction contract inspection requirements). Experience is required in design of concrete, steel, wood, composites and other common structural materials. A working knowledge of destructive and non-destructive material sampling and testing techniques is required. Small building and waterfront design projects including incidental architectural, mechanical and electrical considerations may be required on some projects. Sampling and testing of materials for lead paint and asbestos may occasionally be required. Several relatively small projects with quick turnaround times are anticipated. Firms are required to prepare specifications in the SpecsIntact system format, drawings in AutoCAD Version 14 compatible format and cost estimates utilizing the computerized CES format. Firms that meet the requirements described in this announcement are required to submit one copy each of completed SF-254 and SF-255 forms. Copies of SF-254 forms are also required for proposed sub-consultants and copies of SF-255 forms are encouraged for proposed sub-consultants who are expected to contribute significantly to the contract. The AE shall describe his and each key sub-consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) and (2) are of equal and greatest importance; factors (6), (7) and (8) are of lesser importance than factors (1) through (5). Pertinent statements relative to the evaluation factors shall be included in Part 10 of Form SF-255. Superfluous information is discouraged. Specific evaluation factors include: (1) Professional qualifications of the firm's proposed personnel and its sub-consultants (if proposed), necessary for satisfactory performance of required services. Resumes in Part 7 of SF-255 shall be limited to key persons expected to perform work under this contract, shall clearly identify the specific office location of each person, shall identify anticipated role in performing contract work, shall list specific training and certification and shall highlight specific work experience applicable to this contract. (2) Specialized recent (within the last five years) experience of the firm (including sub-consultants) and technical competence in the type of work required. Cite examples of prior work relationships with proposed sub-consultants/associates. Limit the number of representative projects in Part 8 of SF-255 to a total of ten, including sub-consultants. Specific projects listed in Part 8 shall identify the key persons from Part 7 that participated in that project and briefly describe their role in the project. Provide a synopsis of the scope of work, year work completed, point of contact and telephone number for each project listed. Include only projects involving structural designs or evaluations. Provide evidence that your firm is permitted by law to practice the profession of engineering in the State of residence, i.e. state registration number. (3) Capacity to accomplish the work in the required time. Describe knowledge of the work area at Cherry Point and outlying fields. In a maximum of one page, provide a narrative and/or graph showing the anticipated backlog of work over the next twelve month period for key personnel proposed for use in this contract. Firms shall identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide one page maximum for you and sub-consultants that describe office automation support and systems and other supporting equipment (i.e. AutoCAD Version 14 compatible, SpecsIntact, CES). (4) Past performance on contracts with Government agencies and private industry in terms of compliance with performance schedules and evidence of long term business relationships and repeat business with Government and private customers. Firms may submit letters of commendation received if they relate to specific projects identified in Part 8 of SF-255. (5) Quality and cost control. Provide a one page maximum summary of how your firm approaches internal quality control and cost control processes and procedures. Provide an example of your quality control in action. Identify specific methods used to control costs to ensure that the Government receives the best design and construction for the dollar. Identify how contract efficiency will be maintained when multiple offices and sub-consultants are included. (6) Provide examples of recycling successes and prescribing the use of recovered materials, achieving waste reduction and incorporating energy efficiency in facility designs. (7) Identify geographical office locations of all firms (including sub-consultants) that will be involved in the contract. State anticipated mode of transportation to be used from each office and estimate approximate mileage and driving time. Application of this criterion is contingent upon receiving an appropriate number of qualified firms. (8) The volume of work previously awarded to the firm by the Department of Defense (DOD) shall also be considered, with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms. 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. The small business size standard classification is 54133.*****
- Record
- Loren Data Corp. 20010525/CSOL003.HTM (W-143 SN50M956)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|