|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353USPFO For Michigan; 3111 W St Joseph; Lansing, MI 48913 C -- INDEFINITE DELIVERY A-E (MILCON) SOL DAHA20-99-R-0001 DUE 062899
POC Point of Contact -- Eva Lauchie, Contract Specialist,
517-483-5902, Contracting Officer -- Dawn M Doss, 517- 483-5711 E-MAIL:
Purchasing and Contracting, lauchieep@mi-arng.ngb.army.mil. Perform
Type "A", "B", and "C" Architectural and Engineering services
statewide. Services will be performed at Battle Creek ANG Base, Battle
Creek, MI; Selfridge ANG Base, Selfridge, MI; Fort Custer Training
Center, Augusta, MI and Alpena Combat Readiness Training Center,
Alpena, MI. These services will be required for an undetermined number
of projects of varying size an complexity. Individual delivery orders
will be limited to $1,500,000. The total of all orders under each
individual contract period shall not exceed $5 million per year.
Request qualified Architect-Engineer consulting services to perform
Type "A" (investigative), Type "B" (design), and option for Type "C"
(construction surveillance and inspection) services for the above
described range of projects. Type "A" Services shall include but not be
limited to making investigations, collecting data, performing analyses,
making presentations and conducting other fact finding studies as might
be necessary to support the design of the system project. This shall
include making economic feasibility studies and developing scopes for
programmed projects., Type "B" Services shall include engineering
calculations and analyses, complete design, statements of probable
cost, complete detailed construction documents for such quality and
completeness as to be competitively bid by contractors. Type "C"
Services (option exercised at the time of project construction) shall
include all personnel, equipment and materials necessary to perform all
material data and shop drawing reviews, complete construction
compliance inspection and material testing as required in the
construction documents. A-E selection will be based on the following
criteria listed in order of importance as listed: 1. Professional
Qualifications; The qualifications of the individuals which will be
used for these services will be examined for experience and education.
The specific disciplines which will be evaluated are Civil,
Mechanical, Electrical, Structural, Environmental Engineers,
Architects, Estimators, Specifications writers, Surveyors, and
Draftsmen. 2. Specialized Experience; Since this contract is expected
to incorporate a wide range of various types of projects, the
experience of the firm and its' consultants in a multitude of project
types will be evaluated. Specific experience with HVAC design, paving
design, fire detection and suppression system design, roofing designs,
electrical system designs, knowledge of the locality and facility
rehabilitation designs will be evaluated. 3. Capacity to Accomplish the
Work; No unreasonable design deadlines are anticipated, however, the
general work load and staffing capacity of the design office will be
evaluated. The firm's ability to respond to the needs of he client
especially in performing site investigation and in determining the
customer's needs will also be evaluated under this category. 4. Past
Performance; The past performance of the firm on project for government
(federal, state, local) agencies and private concerns will be examined.
5. Location; The geographic proximity of each firm to the Lansing Area
will be evaluated. This criterion will apply to the office from which
the majority of the design services will be performed. 6. Volume of
DOD Work; The volume of DOD work the A-E firm was awarded during the
past year will be examined. The A-E is requested to identify this
information on the SF 254. Absence of this information could impact the
evaluation. Architect-Engineer firms which meet the requirements
described in this announcement and wish to be considered for selection
are invited to submit to the Contracting Officer within thirty
calendar days (inclusive) of the date of the appearance of this
announcement in the CBD the following documents: A complete Standard
Form (SF( 254, U.S. Government Architect-Engineer Questionnaire. If a
current (less than one calendar year old) SF 254 has been previously
submitted to the Base Civil Engineer's office then it is not mandatory
to resubmit. However, a letter stating that a current SF 254 is on
fileand that the firm is interested in being considered for the project
must be submitted within the prescribed time frame to assure
consideration. A SF 255, Architect-Engineer and Related Services
Questionnaire for this specific project. Firms with more than one
office must indicate on the SF 255 the office out of which the work
will be performed and the staffing composition of that office. Also,
firms responding to this announcement must state in Block # 5 on page
3 of their SF 255 the size status of their firm. Three copies of all
forms must be submitted to the following address: USPFO FOR MICHIGAN,
Attn: Eva Lauchie, Contracting, 3111 W. St. Joseph Street, Lansing, MI
48913- 5102. Questions may be directed to the office listed in this
announcement by calling (517) 483-5902. The government proposes to
enter into firm fixed price delivery orders for these services under
this contract. Estimated start date for these services is June 1998.
This is not a request for proposal. This project is open to large as
wellas small business firms (unrestricted). This contract will be
written for an initial performance period of one year and will include
an option for a renewal for four additional year. The SIC is 8712.
Posted 05/21/99 (D-SN334277). (0141) Loren Data Corp. http://www.ld.com (SYN# 0014 19990525\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|