|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1995 PSA#1440Contracting Squadron, 22 CONS/LGCK, 53147 Kansas St, ste 103, McConnell
AFB, KS 67221-3606 C -- OPEN END ARCHITECT-ENGINEERING CONTRACT SOL F14614-95-R0131. DUE
102695. Contact Kenneth E. McClain, 316-652-4514, Contract
Administrator or Patricia J. Davis, 316-652-4525, Contracting Officer.
Correction to CBD announcement dated 31 Aug 95 and 5 Sep 95. This
amended synopsis clarifies the closing date, and more clearly defines
the parameters of the evaluation criteria relevant to geographical
location and the deletion of the requirement for submission of a
technical and price proposals. MCCONNELL AFB requires an Indefinite
Delivery Contract for Other A-E Services, and Title I Services. POC SrA
Kenneth E. McClain (316) 652-4532, FAX (316) 652-4507. The
Architect/Engineer shall perform any and all necessary field visits,
prepare and deliver design analysis, plans, specifications, cost
estimates, and bidding schedules as required to provide complete and
detailed designs for maintenance, repair, alteration, and new
construction of base facilities. The projects may require
multidiscipline engineering services. The services required will
include, but is not limited to, automated CAD drafting (compatible with
autocad or intergraph) scanning and vectorizing services in support of
the completion of design, mechanical electrical, structural, civil,
landscape architecture, fire protection, plumbing, and other features
of selected projects. Individual delivery orders may range in scope
from drafting efforts requiring all disciplines (such as preparation of
complete as-built drawing sets) to supporting only one discipline in
the preparation of final design drawings. The contract limit is
$400,000.00 per year and each delivery order is limited to $299,000.00.
Services will be for a one year period with an option to renew for one
year. Firms must have the ability to meet the following requirements:
(a) Adequate professional personnel to accomplish the features
described; (b) Experience in or automated cad drafting and other
associated features of initial design packages and preparation of
as-built drawings. The minimum quantity of work required under the
contract, to be initiated by one or more delivery orders, will not be
less than $20,000.00 for the basic period and $20,000.00 for any
options that may be exercised. Title I services are limited to a 6%
statutory limitation of the construction cost estimated. Performance
period will be one year with one (1) one-year option or until funds are
exhausted. Selection criteria in descending order of importance are:
(1) Technical competence in architectural and engineering design for
all disciplines; (2) Ability to provide rapid response to design
requirements and complete the work within compressed time schedules;
MCCONNELL AFB WILL CONSIDER A&E FIRMS OUTSIDE THE LOCAL AREA, AS LONG
AS THEIR SF 254 AND SF 255 INCLUDES SUBCONTRACTING TO A LOCAL A&E FIRM,
THAT WILL REPRESENT THE PRIME A&E FIRM, RESPONDING TO MCCONNELL AFB
REQUIREMENTS WITHIN 2 HOURS FROM NOTIFICATION; (3) Past
performance/experience of Air Force and civilian designs; and (4)
Location in the general geographic area of McConnell AFB, Kansas,
provided there are an appropriate number of qualified firms therein for
consideration (See evaluation factor(2). Firms solicited on an
unrestricted basis without regard to business size. Architect-Engineer
firms which meet the requirements described in this announcement are
invited to submit: (1) a Standard Form 254, Architect-Engineer nd
Related Services Questionnaire; (2) a Standard Form 255,
Architect-Engineer and Related Services Questionnaire for Specific
Project, when requested; and (3) any requested supplemental data to the
procurement office shown. Firms responding to this announcement BEFORE
THE CLOSE OF BUSINESS ON 26 OCT 1995 will be considered for selection,
subject to any limitations indicated with respect to size and
geographic location of firm, specialized technical expertise or other
requirements listed. Following an initial evaluation of the
qualification and performance data submitted, and McConnell AFB will
hold discussions with three of the most highly qualified firms.
Selection of firms for negotiation shall be through an order of
preference based on demonstrated competence and qualifications
necessary for the satisfactory performance of the type of professional
services required, that include: (1) Professional capabilities; (2)
specialized experience and technical competence, as required; (3)
capacity to accomplish the work in the required time; (4) past
performance on contracts with respect to cost control, quality of work,
and compliance with performance schedules; (5) geographical location
and knowledge of the locality of the project, provided that application
of the criterion leaves an appropriate number of qualified firms, given
the nature and size of the project; and can (6) demonstrate success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. In addition to the
above, special qualifications in the Department of Defense include the
volume of work previously awarded to the firm by the Department of
Defense, with the object of effecting an equitable distribution of
Department of Defense architect engineer contracts among qualified
architect-engineer firms including small and small disadvantaged
business firms, and firms that have not had prior Department of Defense
contracts. Any other specific and pertinent information as pertains to
this particular area of procurement that would enhance our
consideration and evaluation of the information submitted. (264) Loren Data Corp. http://www.ld.com (SYN# 0008 19950926\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|