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