|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594Department of the Air Force, Air Force Space Command, 21CONS (Bldg
1324), Infrastructure Flight -- Construction, 580 Goodfellow Street,
Peterson AFB, CO, 80914-1648 C -- OPEN END ARCHITECT-ENGINEER (A-E) TITLE I, TITLE II, AND OTHER
INVESTIGATIVE SERVICES AT PETERSON AIR FORCE BASE, COLORADO AND IT'S
GEOGRAPHICALLY SEPARATED UNITS WORLDWIDE. SOL
Reference-Number-PAFB-AE-00-02 DUE 061000 POC Cheryl Middleton,
Contract Specialist, Phone (719) 556-4757, Fax (719) 556-4752, Email
Cheryl.Middleton@peterson.af.mil -- Allen Elliott, Contract Specialist,
Phone (719) 556-6571, Fax (719) 556-7881, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Num-Num
ber-PAFB-AE-00-02&LocID=533. E-MAIL: Cheryl Middleton,
Cheryl.Middleton@peterson.af.mil. Open End Architect-Engineer (A-E)
Title I Design, Title II Construction Surveillance and Inspection, and
Other Investigative Services at Peterson Air Force Base, Colorado and
its geographically separated units worldwide for a broad variety of
maintenance, repair and construction projects. A-E services required
may include field investigations, recommendations, studies, reports,
lifecycle cost analysis, cost estimates, specifications, product
research, record documents research, preparation of construction
drawings and presentations to coordinating agencies. Designs may
require asbestos and lead based paint abatement, energy conservation,
pollution prevention, waste reduction and the use of recovered
materials. It is anticipated that at least the following disciplines
may be required, but are not limited to: architecture, interior design,
site planning, civil, landscaping, structural, mechanical, electrical,
roofing, seismic, sanitary, fire protection, corrosion control, soils,
Radio Frequency Interference (RFI) and Electromagnetic Pulse (EMP)
shielding, Energy Management Control System (EMCS) and Heating,
Ventilation, Air Conditioning (HVAC) controls, power distribution and
construction inspection. Project managers of A-E firms and their
consultants must hold a professional degree and be licensed
professional engineers or registered architects. One IDIQ type contract
for Mechanical/Electrical A-E Services is anticipated through this
announcement. Although the primary for this requirement is
mechanical/electrical disciplines, the selected firm must have the
capability to perform all the disciplines listed in this announcement.
This contract will include the design of new mechanical and electrical
systems, maintenance, repair and replacement of existing mechanical and
electrical systems, utilities, substations, distribution networks, heat
plants, control systems, design of maintenance, repair and construction
work for Air Force facilities and military family housing, site work,
pavements, roofing, and structural and seismic work. Emphasis is on
repair and maintenance projects valued at less than $2,000,000 and new
construction work costing less than $500,000. A-E firms which meet the
requirements described in this announcement are invited to submit the
following in original and one copy: (A) Standard Form 254,
Architect-Engineer and Related Services Questionnaire, (B) Standard
form 255, Architect-Engineer and Related Services Questionnaire for
Specific Project. Include with the Standard Forms 254 and 255 a cover
letter specifically addressing each of the below listed criteria in
sequence. The evaluation criteria for selection in relative order of
importance are: (1) Professional qualifications necessary for
satisfactory performance of the required services; (2) Specialized
experience and technical competence for the type of work required; (3)
Professional capacity, experienced in-house personnel to accomplish
the work in a timely manner; (4) Demonstrated success in prescribing
the use of recovered materials, achieving waste reduction, pollution
prevention and energy efficient design and energy conservation in
facility design and repair;(5) Past performance on contracts with
Government agencies and private industry in terms of (a) cost control
and cost estimating ability as demonstrated by comparison of cost
estimates to low bids, (b) the quality of work as well as the quality
control program used to ensure accuracy by number of addenda and change
orders required, and (c) compliance with design schedules; (6) Previous
work (within the last 6 years)in the 21st Space Wing Complex; (7)
Volume of work previously awarded to the firm by DOD including the
volume of subcontracts awarded by the firm to Historically
Underutilized Small Businesses and Women-Owned Small Businesses (Note:
Contracts awarded as result of this announcement will contain FAR
clause 52.219-8, Utilization of Small, Small Disadvantaged, and
Women-Owned Small Business Concerns, which requires prime contractors
to use these business categories for subcontracting opportunities to
the maximum practicable extent); (8) Computer capabilities -- all
design drawings prepared for this contract must be produced on the
AutoCADD system, version 14; specifications shall be written using
Microsoft Word for Windows, version 6.0, and cost estimates shall be
prepared using Microsoft Excel, version 5.0. Computer capabilities
shall also include the ability to place drawings and specifications in
a format suitable for use in electronic advertising. The selection
criteria carry the following weight; criteria 1 and 2 are of equal
weight and greater than criteria 3 through 8, criteria 3, 4 and 5 are
of equal weight and greater than criteria 6 through 8, criteria 6
through 8 are of equal weight. Failure to provide information on
criteria 1 through 8 above may result in disqualification of the firm.
The top three firms chosen by the final selection board for each
contract will be required to participate in a personal interview and
make a technical presentation to the final selection board. The
interview and presentation will occur at Peterson Air Force Base,
Colorado. Delivery orders against the IDIQ contract will be issued as
projects are identified. No delivery order may exceed $299,000.00 in
fees. An exception to this limitation is the initial delivery order to
start the contract. This delivery order may exceed $299,000.00, but
can be no more than the maximum limitation of the contract ($750,000.00
per year). There is a minimum fee guarantee of $5,000.00 for the
initial year of the contract. No minimum fee guarantees are included in
the option periods. This is not a Request for Proposal (RFP). Responses
and submittals must be received before 2:00 P.M., Mountain Time, on 10
June 2000. Failure to complete the listed Standard Forms, provide the
additional information requested, or to provide such information and
submittal on or before the specified time may result in
disqualification of the firm. Posted 05/03/00 (D-SN450837). (0124) Loren Data Corp. http://www.ld.com (SYN# 0025 20000505\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|