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