Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1999 PSA#2341

United States Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, KS, 67221-3606

C -- OPEN END ARCHITECT ENGINEER (A-E) SERVICES SOL F14614-99-R0003 DUE 060799 POC Euclides Barrera, Contract Specialist, Phone 3166523059, Fax 3166524507, Email barrera.euclides@mcconnell.af.mil -- Deborah Palmer, Contracting Officer, Phone (316) 652-4513, Fax (316) 652-4507, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F14614-99-R00 03&LocID=821. E-MAIL: Euclides Barrera, barrera.euclides@mcconnell.af.mil. This will be a multiple award indefinite delivery contract for Architect-Engineer services. The Government anticipates awarding two contracts for this requirement. Each resulting contract will be awarded for one year with two options. Tentative performance for the base period shall be from 30 Oct 99 to 29 Oct 2000. Delivery orders shall have a maximum value of $299,000 and the maximum of each contract during the performance period shall not exceed $750,000. Each firm awarded a contract shall have a guarantee minimum of $5,000 in the base year or any option year that may be exercised. In accordance with Title 41 U.S.C. Section 254, there is a 6% statutory fee limitation on architect-engineer contracts. Closing date for receipt of the information to obtain consideration under this announcement shall be 30 days after its initial publication. This announcement is open to all qualified and responsible firms without restriction to business size. The Architect /Engineer (A-E) firm shall perform any and all necessary field visits, prepare and deliver design analysis, preliminary and final plans, specifications, cost estimates and bidding schedules as required to provide complete and detailed contract documents for maintenance, repair alteration and new construction of base facilities. Specific project design requirements shall be outlined in each individual project description (Statement of Work) and at subsequent pre-design meetings. The projects may require multi-discipline engineering services. The services required will include, but is not limited to automated CAD drafting, scanning and vectorizing in support of the completion of design, mechanical, civil, electrical, structural, landscape, architecture, fire protection, plumbing and other features of selected projects. Upcoming projects programmed include rehabilitation of existing facilities, environmental projects (including testing), pavement and roofing projects, and other miscellaneous projects. The prospective A-E shall be an individual or firm, or any duly authorized representative(s) thereof, professionally engaged in the practice of architecture and/or engineering, qualified by registration and experience to perform all work necessary to fulfill the requirements of the services herein specified. Interested firms must also have the ability to meet the following requirements: Adequate professional personnel to accomplish the tasks described; (b) Fully experienced in automated CAD drafting and other associated features initial design packages and preparation of as built drawings. Selection criteria in descending order of importance are: (I) Professional capabilities, that is, (a) capability in the primary disciplines: architectural, interior design, structural, mechanical, electrical, civil, certified industrial hygienist and fire protection specialist; and (b) Professional registration of lead designers. (II) Specialized experience and technical competence. In block 8 of SF 255 cite whether the experience is that of the prime (or joint venture), consultantor an individual. Work cited that is experience of the prime (or joint venture) from an office other that that identified in Block 4 shall be so labeled. Specific specialized experience includes experience similar to that stated above in project information and the following: Specific knowledge of local conditions and project site features. Quality management procedures. Include a proposed organizational chart and a narrative description of how the quality management procedures will function in Block 10 of SF 255. Experience in preparing drawings compatible with AutoCad version 12 or higher. (cite in Block 10 of SF 255) (III) Capability to initiate designs and complete them within the time parameters of the project. (IV) Past performance/experience on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules.(V) Location of firm in general geographical area of McConnell AFB, Kansas, provided that application of this criterion leaves an appropriate number of qualified firms. In addition to the above, special qualifications include the volume of work previously awarded to the firm by DoD, with the purpose of effecting an equitable distribution of DoD architect-engineer contracts among qualified architect-engineer firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. All responsible and qualified sources that meet the requirements stated in this announcement are invited to submit Standard Forms 254 and 255. Firms responding to this announcement before the closing date will be considered for selection, subject to the aforementioned evaluation criterias and limitations. Following an initial evaluation based on the qualification and performance data submitted, three or more firms considered the most highly qualified to provide the type of services required, will be selected for discussions. The purpose of these discussions is to clear up any area in the qualification statements that may need further clarification and obtain any additional information to rank the A-E firms in an order of preference. At the conclusion of these discussions, a final ranking will be established. Because this is a multiple award solicitation, a request for proposal will be sent only to the two firms that attained the highest ranking based on the selection criterias. Posted 05/05/99 (D-SN327985). (0125)

Loren Data Corp. http://www.ld.com (SYN# 0029 19990507\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page