Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1997 PSA#1862

US PROPERTY & FISCAL OFFICE-NY, ATTN MNPF-PC, 330 OLD NISKAYUNA ROAD, LATHAM NY 12110-2224

C -- C- INDEFINITE DELIVERY CONTRACT SOL DAHA30-97-R-0008 DUE 071497 POC Contract Specialist Kathleen A. Reilly (518) 786-4742 (Site Code DAHA30) It is contemplated that an indefinite delivery contract will be awarded by the New York United States Property & Fiscal Office for qualified Professional Architect-Engineer (A-E) Services at the 105th AW, Stewart ANG Base, Newburgh, NY. The selected firm will be tasked to perform Architect-Engineer (A-E) multi-disciplinary designs, delivery orders, projects, consisting of services for Title I, Type A, Investigative, Type B design services, and Title II, Type C, Construction Inspection services, or any combination thereof. Each task order is different and will require a mixture of engineering disciplines. Task Orders may include, but are not limited to; structures, pavements, site utilities, utility systems, HVAC, environmental and facility renovations, repair and alteration. An individual task order will be negotiated for each project requiring design and/or construction inspection services. Task orders will be requested following award of the initial contract. The indefinite delivery contract willhave a maximum monetary limitation of $750,000. No single task order will exceed $150,000. The initial contract duration is for a period of one year from the date of initial contract award, which is estimated to be awarded on/or about 01 August 1997. IAW FAR 52.217-09, the Government may extend the term of the contract for one additional year, by written notice within the time frame specified in the contract. Selection of A-E Services is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the satisfactory performance of the required services. Necessary professional qualifications are listed in priority order as follows: 1) Professional qualifications necessary for satisfactory performance on required services; 2) specialized experience and technical competence in designing similar types of facilities; 3) Capability to accomplish the required work stating in August 1997 and completing design by August 98; 4) Past performance on contracts with governmentagencies and private industry, in terms of cost control, quality of work and compliance with performance schedules; 5) Geographical location of the firm in relation to the project site; and 6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Firms that do not comply with these requirements will be considered non-responsive. Architect- Engineering firms desiring consideration shall submit appropriate application data (SF 254 & 255). Applications are due by July 14, 1997. However, if the announcement appears after June 14, 1997, applications are due 30 days after the CBD publication date. This project is not set aside for small business. (SIC code 8712). IMPORTANT: In order to be considered for selection, it is imperative that the submittal package be forward to: Major Thomas Stanley, Assistant Base Civil Engineer, 105th AW/CEC, One Militia Way, Newburgh, NY 12550-5043, Telephone (914) 563-2713. The Base is responsible for selection not the United States Property and Fiscal Office (0156)

Loren Data Corp. http://www.ld.com (SYN# 0021 19970609\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page