Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2001 FBO #0018
PRESOLICITATION NOTICE

C -- Services for various projects under an IDIQ contract for repair and maintenance at the Oklahoma Air National Guard portion of the Tulsa International Airport, Tulsa, OK.

Notice Date
12/18/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
138th FW/LGC, Oklahoma Air National Guard, 4200 North 93rd East Avenue, Tulsa, OK 74115-1699
 
ZIP Code
74115-1699
 
Solicitation Number
DAHA34-02-R-M001
 
Response Due
1/24/2002
 
Archive Date
2/23/2002
 
Point of Contact
Deborah Hailey, 918-833-7305
 
E-Mail Address
Email your questions to 138th FW/LGC
(DEBORAH.HAILEY@OKANG-TUL.ANG.AF.MIL)
 
Small Business Set-Aside
N/A
 
Description
NA ARCHITECT-ENGINEER SERVICES FOR VARIOUS PROJECTS UNDER AN IDIQ CONTRACT FOR REPAIR AND MAINTENANCE AT THE OKLAHOMA AIR NATIONAL GUARD PORTION OF THE TULSA INTERNATIONAL AIRPORT, TULSA, OK Point of Contact is Contract Specialist ? SMS Deborah Hailey, 918-833-7305. Architect-Engineer services are required for multiple maintenance and repair projects at the Oklahoma Air National Guard portion of the Tulsa International Airport, Tulsa, OK. Example projects that may be included are airfield pavement repair; roof repair and replacement on various buildings; roadway and parking lot pavement; the rehabilitation, repair and replacement of mechanical systems; and the repair of aircraft barrier vaults. Construction cost ranges for the projects awarded under this contract are v arious; however, it is not anticipated that any individual project will have a construction cost range in excess of $ 500,000. The A-E services for each project may include any combination of investigative, design, cost estimating, or inspection services. Planning services may be required for some projects also. As applicable, all reports, plans, specifications, studies, etc., due under the task orders shall be provided in electronic format to include Microsoft Word 2000 and AutoCAD 2000 or later. Key disci plines necessary for the performance of this indefinite delivery, indefinite quantity (IDIQ) contract will include project management, architectural, mechanical, civil, structural, and electrical. Other disciplines may be necessary for individual projects, so firms responding to this announcement must present a multi-disciplinary team for this contract. An indefinite delivery, indefinite quantity contract will be awarded for the accomplishment of these projects. The contract will be written as a basic contr act for one year with four one-year options. The basic contract and option years will be for an amount not to exceed $ 5,000,000. Each individual task orders will be negotiated for each project and awarded as a firm fixed price task order. Each task order will not exceed $ 200,000. The guaranteed minimum for this contract will be $5,000.00. It is anticipated to award the basic contract in Apr 2002. Firms responding to this announcement will be evaluated upon the following criteria. Criteria one and two are of equal importance and th e others are listed in descending order of importance after criteria one and two. 1. Professional qualifications and experience of personnel proposed for this contract, including the professional registration of key personnel proposed. 2. Specialized exper ience and technical competence of the firms relevant to repair, alteration and renovation of existing facilities. Experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials, as applicable. Firms are reminde d of the requirement in FAR 36.600(a) which states that the construction design specifications shall require the maximum practicable use of recovered materials considering the performance requirements, availability, price reasonableness, and cost-effective ness. A-E firms responding to this announcement should indicate a working knowledge of the EPA?s Comprehensive Procurement Guideline. 3. Capacity to accomplish the work in the required time. 4. Past performance on contracts with Government agencies and pri vate industry in terms of cost control, quality of work, and compliance with performance schedules. 5. Location in the general geographical area of the projects and knowledge of the locality of the project. In the case where firms have been determined to b e equally technically qualified, the decision as to which of the firms will be given higher priority will be based upon the following considerations: 6a. Volume of work awarded by the DOD during the previous 12 months with the idea of spreading A-E contrac t dollars to as many technically qualified firms as possible. 6b. Superior performance evaluations or design awards re ceived on recently completed DOD contract. 6c. The extent to which potential contractors identify and commit to small businesses, small disadvantaged businesses, and women owned businesses. 6d. Geographic proximity to the projects. The considerations shown in evaluation criterion number 6 are not shown in order of importance and may be used as necessary to further evaluate firms deemed equally qualified. A-E firms having capability to perform this work are invited to submit one completed Standard Form 255, ?Architect-Engineer and Related Services Questionnaire for Specific Project.? All information that relates to the firm's qualifications must be contained in the Standards Forms. Inclusion by reference to other materials, such as firms? brochures, is not ac ceptable. The SF 255 is limited to the eleven pages of the form itself plus 5 additional pages of information concerning the firm?s qualifications related to this specific contract. A current Standard Form 254, ?Architect-Engineer and Related Services Ques tionnaire? for each firm and its subcontractors is also necessary. However, the SF 254 is required only if not already on file with the contracting office or accessible from the ACASS system. The SFs are to be submitted to the office shown NLT 4:00 p.m. CD T, 24 Jan 2002. Responses received by the time and date as designated will be considered for selection. No other notification to firms under consideration for this project will be made and no further action is required. All responsible sources may submit the requested SFs 254 and 255 that shall be considered by the agency. Solicitation packages are not provided for A-E contracts. Award of this contract will be made on an unrestricted basis. This is not a request for proposals.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: 138th FW/LGC Oklahoma Air National Guard, 4200 North 93rd East Avenue Tulsa OK
Zip Code: 74115-1699
Country: US
 
Record
SN20011220/00007455-011219090401 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.