Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,2000 PSA#2538

USPFO for North Dakota, Attn: AGND-PFO-PC, P.O. Box 5511, Bismarck, North Dakota, 58506-5511

C -- ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY CONTRACT DUE 032100 POC Maj Ron Solberg, Base Civil Engineer, 701-241-7210; Capt Nate Erstad, Contract Specialist, 701-224-5972; Capt Scott Boespflug, Contracting Officer, 701-224-5204 E-MAIL: click here to contact the contracting office via e-mail, nerstad@nd-arng.ngb.army.mil. Architect-Engineer (AE) Services, Indefinite Delivery Contract for the North Dakota Air National Guard (NDANG), Hector IAP, Fargo, North Dakota. This is an "open-end" AE contract in which specific delivery orders will be negotiated and issued as project requirements are identified. In addition to the NDANG, projects may include work for the North Dakota Army National Guard (NDARNG) as required. The contract will have a maximum cumulative yearly fee limit of $1,5000,000, a minimum guarantee of $5,000 and a contract time limit of 1 year from date of award with an option to extend for 1 additional year. The AE firm may be required to perform structural, mechanical, electrical, civil, and environmental decisions for construction and alteration of multi-use facilities and base utilities/pavements. The AE services may require investigative and concept (Type "A") services; design (Type "B") services; and construction inspection (Type "C") services. It may also be the government's intent under this contract toplace orders for the preparation of project books/statements of work for separate projects. In this instance the AE would be ineligible to compete for the design contract for which they have developed the project book and/or statement of work. AE selection criteria shall include in order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, 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 time; (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; (6) Demonstrated success in prescribing the use of recovered materials andachieving waste reduction and energy efficiency in facility design; (7) Acceptability under other appropriate evaluation criteria. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit, and other cost elements which are particular to the contract. Upon award, negotiations for each specific delivery order shall be conducted on the AE effort involved. AE firms which meet the requirements described in the announcement are invited to submit the following: (1) Three (3) complete sets of the SF 254, US Government Architect-Engineer Questionnaire. (2) Three (3) complete sets of the SF 255, Architect-Engineer and Related Service Questionnaire for this specific project. Receipt must be within 30 calendar days of this publication in order to be received and considered for selection by this office. The three completed sets of the SF 254's and 255's shall be submitted to the following address: USPFO for North Dakota, Attn: AGND-PFO-PC, PO Box 5511, Bismarck, ND 58506-5511. Posted 02/14/00 (W-SN425025). (0045)

Loren Data Corp. http://www.ld.com (SYN# 0010 20000216\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page