|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 2,1996 PSA#173237th CONS/LGC, Lackland AFB TX 78236-5253 Attn:LGCC/Sara Atkins C -- ARCHITECT-ENGINEER SERVICES FOR MEDICAL FACILITIES, LACKLAND AFB,
TX POC Sara Atkins tel: 210/671-1735/Andrew Agnew, Civil Engineering,
210/671-4095 CNT F41636-97-R0012 This is a modification of a synopsis
published on 10/23/96 Correction of prior CBD Announcement, dated 23
Oct 96, Code R. Requirement consists of providing Title I,
Architect-Engineer Services for medical facilities (but may include
non-medical facilities) at Lackland AFB in San Antonio, TX. Work
involves studies, reports, and investigations and/or design and related
data for general construction work on medical facilities (but may
include non-medical facilities). Title II Services may also be
required. One or two indefinite quantity contracts will be awarded. The
contractor is guaranteed a minimum of $5000 in fees per year. No
individual order will be for more than $299,000 and the contract will
not exceed $750,000 per year. An option to extend the basic contract
for one year is part of this announcement. The type of contract
contemplated is a negotiated firm fixed-price contract. Fixed wages
will be negotiated for all individual diciplines involved. The
estimated start date is 01 Mar 97. This acquisition is unrestricted.
Small business concerns and small disadvantaged business concerns are
encouraged to respond to this announcement. Evaluation factors in
priority order are: (1) Capability: professional qualifications of the
staff to be assigned to this contract. Architects, civil, electrical,
mechanical, and structural engineers as well as lead-based paint and
asbestos abatement design capabilities are required. Sources for design
capabilities may be in-house, joint ventures, consultants, etc. (2)
Specialized medical facility experience (demonstrated ability in past
professional work of a nature similar to this contract); (3) Workload
(capacity to accomplish the work within the anticipated schedule,
considering other work in progress; (4) Past performance on contracts
with Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules; (5)
Location, with preference given to local firms; (6) Demonstrated
success in prescribing the use of recovered naterials and achieving
waste reductions and energy efficiency in facility design; (7) Number
of prior Department of Defence (DOD) A-E awards by fiscal year
including current and previous three years and total dollar value of
prior DOD A-E awards by fiscal years including current and previous
three years: (8) Computer assisted design and drafting (CADD)
capability (with preference given to in-house capability with Auto-Cad
Version 12, 13 or latest release to develop all drawing features
including layering, dimensioning, text size, font, line weights, and
other CADD features in accordance with Tri-Service CADD standards); and
(9) Computerized development of design analysis, cost estimates,
specifications, and other required documents (with preference given to
in-house development using Microsoft Word 6.0 or latest release and
Elite HVAC Load Calculation Programs). Lack of capability to design
using the metric system will disqualify applicant. Firms desiring
consideration shall submit appropriate data as described in Note 24,
including Standard Form 255, Architect-Engineer and related services
questionnaire. If joint-venture, response shall include appropriate
data for each firm in the joint-venture. All responses received within
30 days after the date of this publication will be considered for
selection. No other general notification to firms under consideration
for this contract will be made and no further action is required. This
is not a Request for Proposal. Firms must indicate the dollar amount
(one-figure) of A-E contracts for the three years proceeding the date
of this synopsis, and a listing of the number of Department of Defense
A-E contracts awarded during each fiscal year including the current
fiscal year up to the date of this synopsis and three prior year
periods (four periods). The fiscal year is from 01 Oct to 30 Sep. All
responses received from previous synopsis dated 23 Oct 96 shall be
considered. Firms turning in revised response (including appropriate
data and Standard Form 255) due to this revised synopsis, shall also be
considered. If a revised response is submitted, it shall take the place
of the previous response. The due date for responses is extended to
within 30 days after this publication. Point of contact is Civil
Engineering, Mr. Jason Johnson or Mr. Andrew Agnew at 210/671-4095 or
210/671-4097. Submit data to 37 CONS/LGCC, Ms Sara Atkins, Bldg. 5450,
1655 Selfridge Ave, Lackland AFB, TX 78236-5253, Phone 210/671-1732.
(0332) Loren Data Corp. http://www.ld.com (SYN# 0031 19961129\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|