Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1996 PSA#1700

USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748

C -- MULTIDISCIPLINARY ARCHITECT-ENGINEERING SERVICES FOR AN INDEFINITE DELIVERY CONTRACT, PROJECT NO. PSXE972899 FOR THE TENNESSEE AIR NATIONAL GUARD, McGhee Tyson Airbase, Knoxville, TN and Tennessee Army National Guard, Houston Barracks, Nashville, Tennessee Contact Contract Specialist CW3 Sharon E. Price, 651/313-2651 or Contracting Officer, LTC James L. Coonce, 615/313-2650. The scope of work for this contract shall include, but is not limited to Architect-Engineer Type ``A, B and C'' Services for the design of miscellaneous Indefinite Delivery projects. Delivery orders may consist of a number of alteration, construction and repair projects involving a wide range of multi-discipline design expertise. Type ``A'' Investigative Services to include but not limited to making investigations, collecting data and other such fact finding studies as necessary to support the design of the various renovation projects at McGhee Tyson Airbase and various Army National Guard facilities throughout the State of Tennessee. Type ``B'' Design Services (optional) shall include engineering calculations and analyses, complete design, statement of probable cost, and construction contract documents completed in sufficient detail so as to be competitively bid by contractors. Special design considerations shall include interior design, acoustical/noise attenuation treatment, energy conservation features, and communication wiring. Type ``C'' Services (optional) shall include all personnel, equipment and material necessary to prepare all material data and shop drawing reviews, in addition to complete construction compliance inspections and material testing as required in the construction contract documents. The services under this option, if exercised, will not commence until the start of project construction for each project. The contract will have a maximum cumulative fee of $750,000.00 with each delivery order not to exceed $150,000.00. The contract will contain a minimum guaranteed fee of $5,000.00 with a contract term of one year from date of award with one option to extend the contract for one additional year. Initial projects identified for the Air National Guard include (1) Repair POL Pipeline, Project No. 952014. Provide design services to evaluate and recommend repairs to the JP4-8 transfer line from the fuel farm to the flightline hydrant system. Work will include replacing existing underground pipeline, construction of a new intermediate pump staton, and installation of cathodic protection. (2) Project Title: Alter/Repair Bldg 100, Project No. 952028. Provide design services to survey and evaluate the existing facility as required to convert it from an alert crew facility to a squadron operations/transit crew facility. Work will include interior demolition, electrical rehab, mechanical rehab, interior and exterior improvements, and site improvements. (3) Project Title: Revitalize Bldg. 416, Project No. 962002, Provide design services to convert existing education facility into a state-of-the-art multimedia broadcasting facility. Work will include demolition, electrical repairs, mechanical repairs, and interior renovation. Firms which meet the requirements described in this announcement and wish to be considered for selection are invited to submit three (3) completed, current, and signed/dated SF 254 and SF 255 for the prime and each consultant to the Contracting Office, USPFO for Tennessee, Attn: CW3 Sharon E. Price, Box 40748, Powell Avenue, Nashville, Tennessee 37204-0748, within 30 calendar days from the date of this announcement. If a current (less than one calendar year old) SF 254 has been previously submitted, then it is not mandatory to resubmit. However, a letter so stating should be submitted within prescribed time frame. Please state in Block 4, page 4 of the SF 254 the size status of your firm. The SF 255 should reflect all experience related to a multidisciplined Indefinite Delivery type contract and types of projects designed and/or managed. This form must be submitted by the prime firm and any consultants he/she intends to use. Firms with more than one office should indicate on the SF 255 the office out of which the work will be performed and the staffing composition of that office. The Government may place delivery orders for the development of project books/statements of work under this contract. The A-E firm awarded the contract for this Indefinite Delivery Contract will be ineligible to prepare both the project books/statements of work and the design services for those follow-on projects. If a Large Business concern is awarded this contract a subcontracting plan will be required in accordance with FAR 19.7. Prospective A-E firms will be evaluated on the relative order of importance as listed below: (1) PROFESSIONAL QUALIFICATIONS: The project team should include the following disciplines: Architectural, Civil, Structural, Mechanical and Electrical. Also, other beneficial disciplines include Environmental, Interior Design, Acoustical, Landscape, etc. The make-up of the proposed design team, to include outside consulting firms, will be evaluated. The qualifications and experience of the team members will be evaluated. Therefore, the anticipated design team should be identified. (2) SPECIALIZED EXPERIENCE: The nature of the contract is such that experience in designing/renovating military type facilities is highly desired. Therefore, experience and technical competence in designing these types of projects and preparation of project documents should be indicated. (3) CAPACITY TO DEVELOP PROJECTS WITHIN THE TIME LIMITS: The general capabilities of the firm to develop the design and prepare the project documents within the time limits set by the Government will be examined. The time limit for each delivery order negotiated under this IDIQ contract will be negotiated separately for each delivery order. Prospective A-E firms should demonstrate their capability and performance for on-time delivery of their designs. (4) PAST PERFORMANCE: The history of performance by the firm on projects for Government (Federal, State and Local) agencies and some private concerns will be examined. Areas such as work load, quality of work (project documents and function), and compliance with performance schedules (meet submittal dates) will be examined. (5) LOCATION OF A-E FIRMS: The prime firm and major consultants such as electrical, mechanical, structural and geotechnical should be located within a 30 mile radius of McGhee Tyson Airport. Specialized consultants not having a major impact on design or on construction management need not fall within this criteria. However, consultants such as cost estimating/control, and acoustics, must have a thorough knowledge of local conditions affecting their respective disciplines. (6) VOLUME OF DOD WORK: The volume of work previously awarded to the firm by the DoD shall be considered. The object being to effect an equitable distribution of DoD A-E contracts among qualified A-E firms including small and small disadvantaged firms that have not had prior DoD contracts. The Government will consider the volume of work awarded by DoD during the previous 12 month period. Technical questions may be directed to the Base Civil Engineering office, Tennessee Air National Guard, by calling MSGT Jeffrey A Lingerfelt (423) 985-4212 between the hours of 8:00 A.M. and 4:30 P.M., local time. Collect calls Will Not Be Accepted. This project is open to large as well as small business firms (unrestricted). (284)

Loren Data Corp. http://www.ld.com (SYN# 0022 19961011\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page