|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1,1996 PSA#152299th Contracting Squadron/LGCC, 5865 Swaab Blvd, Nellis AFB NV 89191-
7063 C -- ARCHITECT-ENGINEER DESIGN SERVICES SOL F26600-96-R-0178 POC SSgt
Kris Walker, Contract Specialist, 702/652-9113, FAX 702/652-2532.
Architect-Engineer design services for architectural, civil, structural
and multi-discipline design services for residential, commercial, and
industrial facilities, activities, and systems at Nellis AFB or Indian
Springs AFAF NV. Work includes the production of drawings,
specifications, cost estimates, and related documents as required to
execute construction projects and may include conducting studies,
surveys, investigations, tests, and economic analyses in support the
design activity. Typical design work generally involves (but is not
limited to) building renovations, alterations, and new construction
with emphasis on architectural, civil, and/or structural disciplines;
specific projects may also include some mechanical, electrical or other
type discipline. The estimated dollar value of each project may range
from $5,000 to $249,000. The contract will have a maximum cumulative
fee limit of $249,00 and a minimum of $5,000. Performance shall be for
one year with the potential of an additional one-year option period.
Multiple indefinite-delivery, indefinite-quantity (IDIQ) may be
established through this announcement. Submittals received after the
date and time specified will not be considered. The evaluation criteria
for selection, in descending order of importance importance are: (1)
Professional Capabilities; (2) Specialized Experience and technical
competence in the design of architectural, civil, and structural
projects; (3) Availability of experienced in-house personnel and the
capacity to accomplish designs in a normal 2-3 month timeframe; (4)
Past performance on contracts with Government and private agencies in
terms of (a) cost control and cost estimating ability as demonstrated
by comparison of cost estimates to low bids, (b) the quality of the
work as well as the quality control program used to ensure accuracy by
number of addenda and change orders required, (c) compliance with
design schedules; (5) Capability to produce (a) drawings in a minimum
of AutoCAD 12.0, (b) SCI or Corps of Engineer Guide Specifications in
Word for Windows 6.0, and (c) cost estimates in Excel 5.0; (6)
geographical locations and knowledge of applicable federal, state,
county, and local codes; (7) Volume of work previously awarded by DoD
with the object of effecting an equitable distribution of DoD A-E
contracts among qualified A-E firms; and (8) Demonstrated success in
prescribing the use of recovred materials and achieving waste reduction
and energy efficiency in facility design. The proposed contract is a
100 percent small business set-aside. The applicable Standard
Industrial Code (SIC) for this acquisition is 8712 with a small
business size standard of $2.5 million. Offers from other than small
business concerns are not solicited. Interested firms meeting the
requirements of this notice must submit two copies of a SF 254 and SF
Form 255 for the prime firm and each proposed consultant. The submittal
must be received in this office no later than 4:00 p.m. Pacific Time on
the 30th calendar day after the date of appearance of this
announcement. Should the date fall on a weekend or holiday, the
submittal package will be due on the first workday thereafter. All
replies to this announcement must be in writing and include a street
address, nine-digit zip code, point of contact, and phone number. This
is not a request for proposal. See Numbered Note(s): 24. (0030) Loren Data Corp. http://www.ld.com (SYN# 0029 19960131\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|