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