COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29, 2001 PSA #2776
SOLICITATIONS
C -- A/E IDIQ FIRE PROTECTION
- Notice Date
- January 26, 2001
- Contracting Office
- 1940 Allbrook Drive, Ste 3 WPAFB, OH, 45433-5309
- ZIP Code
- 45433-5309
- Solicitation Number
- F33601-01R0004
- Response Due
- February 16, 2001
- Point of Contact
- Lisa W. Brown,(937) 257-6571 Ext 4129
- E-Mail Address
- Lisa.Brown3@wpafb.af.mil (Lisa.Brown3@wpafb.af.mil)
- Description
- Background "UPDATE: 25 JAN 01 The following corrections are made to this synopsis: (1) Contract performance period will consist of one base year with 4 one-year options. (2)Numbered Note 24 is added to the synopsis. (3) Phone number for Lisa Brown is (937) 257-6571, extension 4129. PART: U.S. Government Procurements SUBPART: Services CLASSCOD:R -- ARCHITECT-ENGINEERING SERVICES -- Indefinite Delivery/Indefinite Quantity Fire Protection OFFADD: ASC/PKW, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309 SUBJECT: C -- ARCHITECT-ENGINEERING SERVICES INDEFINITE DELIVERY/INDEFINITE QUANTITY FIRE PROTECTION Sol F33601-01-R0004 POC Lisa W. Brown (937) 257-6571 Ext. 4129 DESC: ""C Architect-Engineer Service"" 01-1004, Indefinite Delivery Contract for FY01-04 Fire Protection Projects at Wright-Patterson Air Force Base, Ohio. The scope of the projects will include site visits and investigations, studies, code review and analysis, design and economic analysis, construction drawings and specifications, survey of facilities for compliance with Life-Safety and National Fire Protection Agency (NFPA) Codes, interpretation and application of codes to unique situations, survey of facilities for asbestos containing materials and lead coatings including sampling, testing and abatement design, detailed cost estimates and a bidding schedule for each project. The Architect-Engineer (A-E) shall be required to produce design documents in both electronic and hard copy format; drawings shall be in Microstation (dgn) format and specifications shall be in Microsoft Word format. Use of both Metric and English units shall be required. The significant evaluation factors to be used in the selection process are as follows: (1)SPECIALIZED EXPERIENCE in surveying facilities for compliance with Life-Safety and NFPA codes, interpretation and application of codes to meet unique occupancy and usage situations and designing projects for fire protection and code compliance efforts i.e., alteration and repair of fire and evacuation alarm systems, sprinkler systems, fire suppression, Life-Safety and NFPA code compliance issues, related facility architectural, electrical, plumbing, security and HVAC systems, and miscellaneous environmental and hazardous material issues; (2) PROFESSIONAL QUALIFICATIONS of the staff to be assigned to this project in the fire protection, architectural, electrical, civil/structural, environmental and mechanical disciplines; (3) PROFESSIONAL CAPACITY of the A-E firm to accomplish the work within the anticipated schedule; (4) PAST PERFORMANCE of the A-E firm with respect to the execution of DOD and other contracts; (5) LOCATION of the A-E firm in the general geographic area as site visits and Government-A/E firm interaction will be required; (6)VOLUME OF WORK previously awarded to the A-E firm by DOD with the object of effecting an equitable distribution of DOD contracts among qualified A-E firms; and (7)PROJECT MANAGER'S QUALIFICATION AND EXPERIENCE in the assigned projects under this contract. Performance period will be 365 days from contract award date, with two one-year options. A-E firms desiring consideration should submit an SF 254 and 255. The cost limits on this contact are $750,000/contract year and $299/task. The performance period will be one base year with two one (1) year options. This project will be competed utilizing A-E selection procedures, full and open competition. Multiple contracts may be awarded from this advertisement. Responses received by 16 FEBRUARY 2001 will be considered. This is not a request for proposal. Mr. Stephen J. Plaisted has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does no t participate in the preparation of solicitations and evaluation of proposals, or the source selection process, therefore, for routine matters on the individual solicitation, please contact Mrs. Lisa Brown, ASC/PKWOEB, (937) 256-6571, Ext. 4129. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9095 Ext. 232. Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423. Fax: 1-703-696-0213. Every solicitation issued after 31 May 1998 must include the clause at DFARS 252.204-7004, ""Required Central Contractor Registration"". DUNS! CCR Website: http://ccr.edi.dis."
- Web Link
- 01R0004LB-A/E IDIQ Fire Protection (http://www.pixs.wpafb.af.mil/pixslibr/01R0004LB/01R0004LB.asp)
- Record
- Loren Data Corp. 20010129/CSOL008.HTM (D-025 SN50B8Y6)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on January 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|