|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1999 PSA#2448U.S. Property and Fiscal Office for Minnesota, Attn: Procurement
Division, 15000 Highway 115, Camp Ripley, Little Falls, Minnesota
56345-4173 C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY "OPEN-END" A/E CONTRACT
DUE 110999 POC Chief Warrant Officer Todd Horness, Contracting Officer,
(320) 632-7402 E-MAIL: Click here to contact the Contracting Officer
via, hornesst@mn-arng.ngb.army.mil. This is an indefinite
delivery/quantity "open-end" A/E contract in which specific delivery
orders will be negotiated and issued as projects requiring A/E services
are identified. The A/E services required may include Investigative and
Concept (Type A) services, Design (Type B) services, and Construction
Inspection (Type C) services at Government option. The maximum fee for
any one delivery order shall not exceed $200,000., although most
orders will be considerably less than this amount. The cumulative
amount for all delivery orders in any one contract year shall not
exceed $800,000. The contract will be in effect for a one-year
duration, with the provision to extend for four additional one-year
extensions, at the option of the Government. Each extension shall have
a $800,000 cumulative ceiling. This contract will primarily support
the Duluth, Minnesota, Air National Guard Base (ANGB) located at the
Duluth International Airport. However, delivery orders may also be
issued for projects at the Minneapolis/St. Paul ANGB, Minneapolis/St.
Paul IAP. Note that regulations preclude firms that design a Government
project from constructing same. Regulations also preclude firms that
develop project books or statements of work from competing for the
award of the subsequent A/E design contract. Firms desiring
consideration shall submit appropriate data as described in numbered
Note 24 not later than the close of business, Tuesday, November 9,
1999. Submit data via U.S. Mail or commercial courier (UPS, Fed-Ex,
etc.) to CW2 Todd Horness, c/o USPFO-Minnesota, Building 15-2, Room
107, 15000 Highway 115, Camp Ripley, Little Falls, MN 56345-4173. Only
one copy of the submittal is required. Previous submissions will not
be considered. This is not a request for proposal. The Standard
Industrial Classification (SIC) Code for this acquisition is 8712,
Architectural Services. This is an unrestricted acquisition, not
set-aside for any specific group. All firms may apply, and submissions
from small business and small disadvantaged business are encouraged.
Firms under consideration by the selection board will be evaluated
under the following criteria in descending order of importance: (1)
Professional qualifications necessary for satisfactory performance of
the services required under this contract; (2) Specialized experience
and technical competence in this type of work, including, where
appropriate, experience in energy conservation, pollution prevention,
waste reduction, and the use of recovered materials; (3) Capacity to
accomplish the work in the required timeframe, to include suitability
of firm size, organization, and disciplines; (4) Past performance on
previous work in terms of cost control, quality of work, and compliance
with performance schedules; (5) Geographic proximity to the greater
Duluth area; (6) Volume of Air National Guard and other DoD work
awarded during calendar year 1999 (inverse), with the object of
effecting equitable DoD contract distribution. Final selection order of
preference shall be determined by a votingboard after providing A/E
firms with the opportunity to make a presentation, and further
examination of qualifications. Direct any questions regarding this
synopsis to the Contracting Officer listed above. Site visits for the
purpose of discussing your firm's qualifications and experience will
not be scheduled by other than the selection board during the selection
period. See Note 24. Posted 10/01/99 (W-SN387374). (0274) Loren Data Corp. http://www.ld.com (SYN# 0010 19991005\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|