|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1996 PSA#1665USP&FO FOR MINNESOTA, ATTN: PROCUREMENT DIVISION, PO BOX 288 CAMP
RIPLEY, LITTLE FALLS MN 56345-0288 C -- INDEFINITE DELIVERY/QUANTITY (''OPEN-END'') A/E CONTRACT,
MINNESOTA AIR NATIONAL GUARD BASE, DULUTH INTERNATIONAL AIRPORT,
DULUTH, MINNESOTA SOL XXXRPM-7001-XXXX POC Contract Specialist TODD J.
HORNESS, CW2, MNARNG (320) 632-7402 (Site Code DAHA21) This is an
indefinite delivery/quantity ''open-end'' A/E contract in which
specific delivery orders will be negotiated and issued as projects
requiring A/E services are identified. The A/E services required may
include Investigative and Concept (Type A) services, Design (Type B)
services, and Construction Inspection (Type C) services, at Government
option. The maximum fee for any one delivery order shall not exceed
$150,000. The cumulative amount for all delivery orders in any one
contract year shall not exceed $750,000. The contract will be in effect
for a one-year duration, with the provision to extend for two
additional one-year extensions, at the option of the Government. Each
extension shall have a $750,000 cumulative ceiling. Note that
regulations preclude firms that develop project books/statements of
work from competing for the subsequent A/E design contracts.
Regulations also preclude firms that design a Government project from
constructing same. This is an unrestricted procurement, but small
businesses and SDB firms are encouraged to apply. Firms desiring
consideration shall submit appropriate data as described in numbered
Note 24 not later than the close of business, Tuesday, 1 October, 1996.
Submit data to Lieutenant Colonel Joel D. Manns, Base Civil Engineer,
Minnesota Air National Guard Base, 4630 Mustang Drive, Duluth, MN
55811-6036. This is not a request for proposal. Firms under
consideration by the board will be evaluated under the following
criteria in descending order of importance: (1) Professional
qualifications necessary for satisfactory performance of the services
required under this contract. (2) Specialized experience and technical
competence in this type of work. (3) Capacity to accomplish work in
the required time, to include suitability of firm size, organization,
and disciplines. (4) Demonstrated performance on previous work, in
terms of cost control, quality of work, and compliance with performance
schedules. (5) Geographic proximity to the greater Duluth, Minnesota
area. (6) Demonstrated success in achieving energy efficiency in
facility design. Waste reduction efficiencies and prescribing the use
of recovered materials are also considerations under this criterion.
(7) Volume of present and past DoD work (inverse) with the object of
effecting equitable DoD contract distribution. Final selection order of
preference shall be determined by a voting board after providing A/E
firms with the opportunity to make a presentation, and further
examination of qualifications. Direct any questions regarding this
synopsis to the buyer listed above. Site visits for the purpose of
discussing your firm's qualifications and experience are not permitted
during the selection period. Note that submissions (one copy only) are
to be mailed directly to the Base Civil Engineer at the Air National
Guard(0234) Loren Data Corp. http://www.ld.com (SYN# 0016 19960822\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|