Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS

C -- C -- INDEFINITE-QUANTITY-INDEFINTE-DELIVERY ARCHITECT ENGINEER

Notice Date
February 16, 2001
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 LG/LGC, 1538 Atlantic Ave, Dobbins ARB, GA, 30069-4824
ZIP Code
30069-4824
Solicitation Number
01-2
Response Due
March 20, 2001
Point of Contact
Ralphael Sheppard, Contract Administrator, Phone 770-919-3425, Fax 770-919-5612, Email ralphael.sheppard@mge.afres.af.mil -- Thomas Dobeck, Contracting Officer, Phone 770-919-5783, Fax 770-919-5612, Email
E-Mail Address
Ralphael Sheppard (ralphael.sheppard@mge.afres.af.mil)
Description
Solicitation 01-2 Open-end Architect-Engineer (A-E) Services at Dobbins Air Reserve Base (DARB), Georgia. Dobbins Air Reserve Base is seeking a qualified firm to provide open-end Architect-Engineer services for maintenance, repair, alteration and new construction of base building, pavements, and airfields at Dobbins ARB, GA as well as comprehensive interior design. These projects will require multi-disciplined engineering services for commercial/industrial type facilities and aviation related structures in accordance with Air Force Instruction (AFI) 32-1023. Services include, but are not limited to, production of designs, plans, specifications, drawings, life cycle cost analysis, and cost estimates; conduct fact-finding studies, surveys, investigations; development of design criteria, standard designs and other professional A-E services not necessarily connected with a specific construction project; and supervision/inspection of projects under inspection. The contract will provide a twelve-month period of performance with an option for two additional twelve-month periods with the same terms and conditions. The maximum fee for any one Task Order shall not exceed $400,000.00 with a cumulative amount for all Task Orders in any one-year period not to exceed $500,000.00. A minimum of $10,000.00 in fees paid is guaranteed over the life of the contract. The size of the planned projects will range from small to large with most fees ranging from $10,000.00 to $60,000.00. The contract will be firm-fixed price. All work shall be performed on Dobbins ARB. Selection criteria in order of relative importance with (1) being the most important are: (1) Professional qualifications and project experience of the in-house personnel having primary design responsibility for Dobbins ARB in repair and maintenance of existing facilities, renovation, utilities and infrastructure. 2) Specialized experience and technical competence of in-house personnel in mechanical, electrical and architectural rehabilitation of existing facilities and systems, to include experience qualifications and capacity of in-house staff in supporting disciplines. 3) Specialized personnel and experience in joint venture associations and consultants that the firm requires to supplement the experience level of its in-house staff. 4) Past performance on contracts with Government or private industry in terms of cost control, quality of work and compliance with performance schedules. 5) Effectiveness of the firm's quality assurance procedures to ensure production of high quality products. 6) Proximity of the firm's office assigned primary responsibilities for Dobbins ARB projects. 7) Capacity of the firm to accomplish multi-project taskings within required time frames. 8) Firm's demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design, to include past experience with energy efficiency and waste reduction conservation projects. 9) Volume and dollar amount of DOD work previously awarded to the firm during the twelve month period preceding the date of this announcement, with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms including small and small disadvantaged business concerns. The applicable NAICS Code is 541330. This notification is unrestricted. There will be one initial Task Order offered with this solicitation. The selected A-E firm will receive the following Task Order; Project FGWB 00-0048, Upgrade Approach Lighting-West End. This project involves repair, upgrade and replacement of frangible light tower assemblies, fixtures, controls and power distribution equipment. All interested A-E firms which meet the requirements of this notice and desire to be considered shall submit three (3) copies of both an SF 254 and SF 255 including a listing of all designs for DOD renovation, repair, maintenance and alteration construction projects with dollar amounts which have been awarded to the firm in the past twelve months. Also included shall be identification of the company hierarchy and the role of the responsible company office in the design and management process and the personal qualifications of the individuals who will perform the work at Dobbins ARB. The firm determined to be the most highly qualified based on evaluation of the SF 254s and SF 255s may be required to furnish additional information during interview at their primary place of business. Information other than that cited above shall not be submitted unless the Government specifically requests it in conjunction with the interview. In order to be considered for award, the SF 254 and SF 255 with the cited documentation must be received by the Contracting Officer no later than thirty (30) calendar days after the date of publication of this notice. No other general notification to firms under consideration for this procurement will be made. See Note 24. This is not a request for proposal (RFP).*****
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=01-2&L=486)
Record
Loren Data Corp. 20010221/CSOL001.HTM (D-047 SN50D8Y8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on February 16, 2001 by Loren Data Corp. -- info@ld.com