Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8,1997 PSA#1757

USPFO for Tennessee, P.O. Box 40748, Nashville, TN 372040748!!

R -- ARCHITECT-ENGINEERING SERVICES FOR AN INDEFINITE DELIVERY CONTRACT FOR THE TENNESSEE AIR AND ARMY NATIONAL GUARD POC Point of Contact -- 2LT John W. Anders, Contract Specialist, 615-313-2652, Contracting Officer -- James L. Coonce, 615-313-2650 The scope of work for this contract shall include, but is not limited to Architect-Engineer (A-E) 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. Selected A-E shall provide 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 for the Tennessee Air National Guard located at the Nashville International Airport, Nashville, Tennessee and Lovell Field, Chattanooga, Tennessee and the Tennessee Army National Guard, Smyrna Army Facilities, Smyrna, 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 $1,500,000.00 per year with each delivery order not to exceed $300,000.00. 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) Project Title: Maintain/Taxi, Apron and Storm Drain System, Project No. BKTZ932004, Work shall consist of paving and repair aircraft apron and taxiway and to remove and reconstruct existing storm drain system and install new grates. (2) Project Title: Delead Firing Range, Project No. BKTZ932006. Work to be accomplished shall be the removal and filtering of all lead to decontaminate the existing soil embankments. (3) Project Title: Upgrade Ramp Security Lighting, Project No. BKTZ932011, Work shall consist of removing old lighting fixtures around aircraft apron and installing new high energy efficient mercury vapor lights. (4) Project Title: Repair Various Roofs Bldgs, 721 and 729, Project No. BKTZ942001, Work to be performed on roofs 721 and 729 shall consist of removal and new installation of EPDM Roofing System. (5) Project Title: Paint Floors, Bldgs 728 and 729, Project No. BKTZ952011, The project shall consist of resurfacing existing flooring and painting with a polyurethane flooring finish with grit to existing hangar floors. 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, USPFO for Tennessee, ATTN: 2LT John Anders, P. 0. 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 the 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 the 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 performing 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 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 Indefinite Delivery/Indefinite Quantity 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 Nashville ANG Airbase located at the Nashville International 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) WASTE REDUCTION AND ENERGY EFFICIENCY: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) VOLUME OF DOD WORK AND EXTENT TO WHICH POTENTIAL CONTRACTORS COMMIT TO SMALL AND SMALL DISADVANTAGED BUSINESS FIRMS, HISTORICALLY BLACK COLLEGE AND UNIVERSITY, OR MINORITY INSTITUTION : 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, and firms that have not had prior Department of Defense Contracts. Firms shall also address the amount of DOD contract fees awarded during the last five calendar years. In addition, the Volume of DOD Work and extent to which potential contractors have utilized small business, small disadvantaged business, a historically black college/university, or minority institution, whether as a joint venture, teaming arrangement, or subcontractor. Technical questions may be directed to the Base Civil Engineering office, Tennessee Air National Guard, by calling Major Jeff Fagan, (615) 399-5881 between the hours of 7:00 A.M. and 3:30 P.M., local time. Collect calls Will Not Be Accepted. This project is open to large as well as small business firms (unrestricted). (0006)

Loren Data Corp. http://www.ld.com (SYN# 0054 19970108\R-0013.SOL)


R - Professional, Administrative and Management Support Services Index Page