|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1999 PSA#2285United States Property And Fiscal Office for Tennessee, P.O. Box 40748,
Powell Avenue, Nashville, Tennessee 37204-0748 C -- MULTIDISCIPLINARY ARCHITECT-ENGINEERING SERVICES FOR AN
INDEFINITE DELIVERY CONTRACT, FOR THE TENNESSEE AIR AND ARMY NATIONAL
GUARD, NASHVILLE,TENNESSEE. DUE 031999 POC Contact Contract Specialist
1Lt. John W. Anders, 615-313-0781, or Contracting Officer CPT. Sammy
Beard, 615-313-2650. DESC: The scope of work for this contract shall
include, but 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 wide variety 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, Nashville, Tennessee, Lovell Field,
Chattanooga, Tennessee and also to include surrounding Tennessee Army
National Guard locations. 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 conversation
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 four
one year option periods, not to exceed a total contract period of five
years. Initial projects identified for the Air National Guard at
Memphis International Airport, Memphis, Tennessee, includes (1) Project
Title: Revitalize Facility 801, Project No. BKTZ972002, Work will
consist of providing design services to demolish interior finish,
walls, plumbing, mechanical, windows, doors, and electric systems and
replace with new systems. (2) Project Title: Repair/Maintain Pavements,
Project No. BKTZ980015, Work will consist of providing design for
pavement overlays and repair of aircraft apron taxiway and also to
improve storm drain system. (3) Project Title: Renovate Aeroport/Fire,
Building 736, Project No. BKTZ982007, Work shall consist of providing
design services to demolish interior finish, walls, plumbing,
mechanical, windows, doors, and electric systems, and replace with new
ones. (4) Project Title: Renovate Security Police, Building 735,
Project No. BKTZ982003, Work shall consist of providing design services
to demolish interior finish, walls, plumbing, mechanical, windows,
doors, electric systems, and replace with new ones. (5) Project Title:
Maintain/Repair Base Roads, Project No. BKTZ942008, Work shall consist
of providing design services for the repair of existing roads and for
the construction of new roadways with flexible payment. Firms, which
meet the requirements, described in this announcement and wish to be
considered for selection are invited to submit three (3) completed,
current, signed, and dated SF 254s, and SF 255s for the prime and each
consultant to: USPFO for Tennessee, Attention: 1LT John W. Anders,
P.O. Box 40748 Powell Avenue, Nashville, Tennessee 37204-0748, within
thirty (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 shall be submitted within the prescribed time frame. Please
state in block four (4), page four (4) of the SF 254 the size status of
your firm. The SF 255 shall reflect all experience related to a
multi-disciplined Indefinite Delivery type contract and the type of
projects designed and/or managed. The prime firm and any consultants
he/she intendsto use must submit this form. Firms with more than one
office shall 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 and 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 the Federal Acquisition Regulation (FAR) Part 19.7.
In accordance with Defense Federal Acquisition Regulation (DFAR)
204.7302 Policy, a firm must be registered in the Central Contractor
Registration (CCR) System before it can be awarded this contract.
Prospective A-E firms will be evaluated on the relative order of
importance as listed below: (1) PROFESSIONAL QUALIFICATIONS: The
project teamshould include the following disciplines: Architectural,
Civil, Electrical, Mechanical, Structural, and Environmental Engineers.
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 ACCOMPLISH THE
WORK IN THE REQUIRED TIME: 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
fifty (50) mile radius of the project involved. Specialized consultants
not having a major impact on design or on construction management need
not fall within these 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 also in 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 COLLEGES 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 disadvantaged firms and firms that have not
has 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 should be addressed to 2nd Lt.
Michael C. Arredondo, (615) 399-5494 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). Posted
02/16/99 (W-SN298601). (0047) Loren Data Corp. http://www.ld.com (SYN# 0013 19990218\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|