|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2,1996 PSA#1501Operational Contracting Office, 8110 Industrial Drive, Lobby Area, USAF
Academy, CO 80840-2315 R -- A-E OPEN END TITLE I, II AND OTHER ARCHITECT-ENGINEER SERVICES AT
THE UNITED STATES AIR FORCE ACADEMY, COLORADO SOL F0561196R0211-R0212
POC Shirley McCoy, (719-472-2734), Contracting Officer, Isabel L.
Staples (719-472-2735). A-E Open End Title I, Title II, Environmental
and other Architect- Engineer Services at the U.S. Air Force Academy,
CO, for a broad variety of environmental investigations, studies,
analyses, permitting, reports, and designs for construction projects.
Services required may include, but are not limited to, field
investigations, site visits, meetings, recommendations, studies,
reports, analyses (engineering, scientific and laboratory), cost
estimates, specifications, product research, record documents research,
permit applications, environmental assessments, environmental impact
statements, designs and preparation of construction drawings, computer
programming, and presentations to USAFA and coordinating agencies. Two
firms will be selected for these contracts (Projects 96-0104 and
96-0105) - Open End Environmental - General). The USAFA is seeking the
services of two multi-faceted A-E firms with proven experience in a
broad range of environmental engineering investigations and designs,
including, but not limited to, air quality, hazardous materials
management, hazardous waste management, hydrogeologic studies,
hazardous waste site remediation, noise, wastewater, stormwater,
potable water supply, environmental impact analyses, noise,
petroleum/oil/lubricants (POL), underground and above ground storage
tanks, solid waste management (disposal, recycling, reduction and
reuse, composting), toxic substances (polychlorinated biphenyls (PCSs),
asbestos, lead-based paint, radon), use of pesticides management. Two
(2) A-E Open End Environmental - General Title I, II and other services
contracts will be awarded with no yearly fee limitation. The contract
will be for a period of five (5) years, (basic plus four (4) option
years). The Government may at its discretion extend the contract for
four (4) option years, one year at a time. Total fees for all five
years will not exceed $5 million. Architect-Engineer firms which meet
requirements described in this announcement are invited to submit the
following for the contract for which they wish to be considered: A)
Standard Form 254, Architect-Engineer and Related Services
Questionaire, (B) Standard Form 255, Architect-Engineer Related
Services for the specific project. To be included with the Standard
Forms 254 and 255 shall be a cover letter specifically addressing each
of the below listed criteria in sequence. Criteria forming the basis
for selection by two formal selection boards will include, but not be
limited to: (1) Specialized experience: Expertise of the firm in
environmental engineering and natural and cultural resources planning;
(2) Professional qualifications of experienced key personnel and
consultants; (3) Professional capacity of the firm to do the work in
the required time; (4) Past performance of contracts both government
and private; (5) Volume of work: Prior Department of Defense (DoD)
awards. Specifically, list all DoD contracts awarded the firm for the
previous twelve months to include fees; (6) Previous work at the United
States Air Force Academy (USAFA). List all work previously done for the
USAFA; (7) CADD/GIS capabilities; (8) Location in the geographic area.
Failure to supply data in the cover letter for criteria 1 through 8
above may result in disqualification of the firm. Based on these
criteria, the USAFA Preselection Board will reduce the field of
submitting A-E firms to a maximum of six (6). The qualifications of
these six firms will be reviewed by the Final Selection Board, and
reduced to four (4) firms, if necessary. The Government may interview
the top four (4) firms either at their respective offices or at the
USAFA. After the interviews, the field will be ranked in order of
preference. This is not a request for proposals. The firm selected is
guaranteed a minimum of $5,000.00 in fees for A-E Services. As projects
are identified, delivery orders will be issued. Appropriate data in
response to this notice, an original only, must be received within
thirty (30) days from the date of this notice. Owners and Project
Managers of A-E firms and its consultants must hold a professional
degree and be professional engineers or registered architects, licensed
in in state of Colorado. Title II delivery orders may involve direct
work consultation with a construction contractor. Construction
management services, as-built services, and peer review services will
be required of all A-Es. Submittals should include proposed
subconsultants for each major engineering discipline. The roposed
contract here is unrestricted. Teaming is encouraged. (0362) Loren Data Corp. http://www.ld.com (SYN# 0052 19951229\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|