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