|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14,1998 PSA#224150 CONS/LGCC, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 C -- IDIQ A-E SERVICES FOR DESIGN OF MISCELLANEOUS OPERATIONS AND
MAINTENANCE PROJECTS AT SCHRIEVER AFB, CO AND OTHER AIR FORCE SPACE
COMMAND CONUS AND WORLDWIDE SITES SOL FA255099R0009 POC Contract
Administrator, TSgt Greg Diaville, 719-567-3439; Contracting Officer,
Michael Wittkopf, 719-567-3456 E-MAIL: click here to contact the
contract administrator via, gregory.diaville@schriever.af.mil.
Architect-Engineering (A-E) services are required for design of
miscellaneous operations and maintenance projects, and for other
supporting services at Schriever AFB (SAFB), Colorado. An open-end,
Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be issued
for a period of one year with the option to extend for two additional
years. Projects will be issued to the A-E by negotiated firm-fixed
price delivery orders as the need arises during the contract period.
Each delivery order shall not exceed $299,000, with the exception of
the initial delivery order, which may exceed that amount. Cumulative
amounts of all delivery orders shall not exceed $499,000 per year. A
minimum of $5,000, only, in fees will be guaranteed to the A-E for the
basic contract and each of the option years, if exercised. Contract
award is anticipated in May 1999. Services will be performed for
Schriever AFB, CO (predominately), other Air Force Space Command
installations (infrequently) or one of the following CONUS and
worldwide sites: Onizuka AFB, CA; Vandenberg AFB, CA; Cape Canaveral,
FL; New Boston AS, NH; Kaena Point AS, HI; Anderson AFB (Guam);
Kwajalein (Atoll); Diego Garcia (Indian Ocean); Ascension Island (South
Atlantic); Thule AB (Greenland); Oakhanger (United Kingdom); Learmonth
(Australia); Sagamore Hill, MA; Ramey (Puerto Rico); Holloman AFB, NM;
Palehua, HI; San Vito (Italy). Architecture is the lead discipline for
this contract, however, other disciplines will generally be required
depending on the scope of the individual projects. Other disciplines
will likely include, but are not limited to the following: civil,
structural, mechanical, electrical, landscape architecture and
urban/regional planning and programming. Subcontractors, outside
associates or consultants can provide these disciplines. Design
services required will primarily be in construction with maintenance,
repair and minor construction type projects, including preparation of
drawings and specifications. Various types of services such as
investigation, inspection, studies, reports, and cost estimates may
also be required as they relate to project designs and studies.
Projects may include various combinations of disciplines. Project
leaders must be registered architects, engineers or certified community
planners. Landscape architecture shall stress xeriscape principles.
Construction management services may also be required. In addition, the
A-E must be able to write Hypertext Markup Language (HTML) to create
Internet web sites for development of SAFB standards for construction,
remodeling, landscaping, etc. Note: Preparation of planning and
construction programming documents may require access to sensitive and
classified materials. The A-E, therefore, is required to obtain and
maintain SECRET security clearance for personnel responsible for
planning and programming functions per DoD security requirements. Firms
capable of meeting the prescribed conditions and desiring consideration
are requested to submit Standard Forms (SF) 254 and 255 along with a
cover letter addressing each of the following factors which will be
used as the basis for selection. Significant evaluation factors, in
order of relative importance, are as follows: (1) Professional
qualifications of the staff to be assigned to the projects(s),
including qualifications and experience of subcontractors/consultants.
Consideration of the type and quality of projects the staff has been
involved with and their ability to provide innovative and imaginative
solutions. (2) Recent specialized experience in the area of interior
and exterior facility renovation and office remodeling: Architectural,
Interior, Structural, Civil, Environmental, Landscape, Mechanical, and
Electrical Engineering. Consideration of prior design projects
completed by the firm, and how the construction management went and how
well the completed facilities are functioning. (3) Capacity to
accomplish the work in the required time frame. A determination that
the firm has the resources to perform the work. (4) Past performance of
work on other Department of Defense (DOD) contracts and other contracts
of similar work, both government and private in terms of cost control,
quality of work, and compliance with performance schedules.
Recognition of projects and/or designs through award programs. (5)
Location in the general geographical area of the projects and knowledge
of the locality of the projects, which are at Schriever AFB, CO and
vicinity. (6) Demonstrated success in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design. (7) Volume of work previously awarded by Schriever AFB
and other DOD awards, with the object of effecting an equitable
distribution of DOD A-E contracts among qualified A-E firms. (8) Full
time construction inspection capability. (9) The A-E firms chosen from
the pre-selection process will be required to perform a proposal on a
sample project during the final selection process. Note: Firms must
list, in tabular format, all expected subcontractors, outside
associates and consultants, to include: a list of projects jointly
worked with the firm during the last three years and a list of
references with points of contact to include phone numbers. Responses
and submittals must be received at the contracting office as an
attachment to the Standard Forms 254 and 255. This is not a request for
proposal. Cover letters and unnecessarily elaborate brochures or other
presentations beyond those sufficient to present a complete and
effective response are not desired. Submittal by fax will not be
considered. Failure to complete the listed standard forms, provide the
additional information requested, or provide such information and
submittals within the specified time, shall result in disqualification
of the firm. All responsible firms may submit statements which shall
be considered for award. Responses and submittals must be made no later
than 4:00 p.m., Mountain Standard Time, thirty (30) calendar days from
the date of this announcement to 50 CONS/LGCI, Attn: TSgt Greg
Diaville, 66 Falcon Parkway, Suite 49, Schriever AFB, CO
80912-6649.***** Posted 12/10/98 (W-SN279305). (0344) Loren Data Corp. http://www.ld.com (SYN# 0019 19981214\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|