Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 27, 2001 PSA #2816
SOLICITATIONS

C -- MULTIDISCIPLINARY ARCHITECT-ENGINEER SERVICES, TYPE A, B, AND C, FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT

Notice Date
March 23, 2001
Contracting Office
USPFO for West Virginia, 50 Armory Road, Buckhannon, WV 26201-8818
ZIP Code
26201-8818
Point of Contact
Supervisory Contract Specialist, MAJ Terry L. Mills, (304) 473-5207, or Patricia D. Karickhoff, (304) 473-5266
E-Mail Address
Click here for any questions (terry.mills@wv.ngb.army.mil)
Description
Architect-Engineering (A-E) services are required for the design and planning of miscellaneous operations and maintenance projects, and for other support services at Yeager Airport, 130th Airlift Wing, Air National Guard, Charleston, West Virginia. An Indefinite Delivery/ Indefinite Quantity (IDIQ) contract will be issued for a period of one (1) year/period with the option to extend for four (4) additional years/periods at the total discretion of the Government. This contract is primarily for the 130th Airlift Wing, Charleston, West Virginia. However, delivery orders may also be issued for the 167th Airlift Wing, Air National Guard, Martinsburg, West Virginia as well as various West Virginia Army National Guard Facilities within West Virginia. West Virginia Air National Guard Base Contacting Offices are also authorized to negotiate and award orders under this contract. Projects will be issued to the A-E firm by negotiated firm fixed price delivery orders as the need arises during the contract period. Cumulative amounts of all delivery orders shall not exceed $2,000,000 per year/option period. If the ceiling amount is or will be used up before the end of the current contract period, the next option period (if any) may be started early. A minimum of $2,000, only, in fees will be guaranteed to the A-E for the basic contract and the optional periods , if exercised (should a delivery order not be issued for a particular contract period, the Government will pay the Contractor the negotiated profit amount on the minimum $2,000 fee guarantee). All drawings shall be in accordance with Executive order 12770 (25 July 1991) Metric Usage in Federal Government Programs. A-E services shall include but are not limited to: Type A (data collection, investigations, etc.), Type B (production of complete designs, preliminary and final plans, technical and performance specifications and cost estimates, etc.), and Type C (construction compliance inspections, materials testing, etc.). Projects that may be included under this contract are: update base master plan, update design of aerospace dining facility, design of new fire station, design of new aircraft hangars, design of new communications facility, design of new Combat Arms Training and Maintenance facility and update design of new Security Police facility. Professional disciplines anticipated under this contract include Architectural, Civil, and Structural Engineering, Environmental Engineering, Mechanical and Electrical Engineering, Regional Planning and Programming. Project leaders must be registered Architects, Engineers, or Certified Planners. The A-E will produce drawings and plans utilizing the most recent version of AutoCAD R14. Text documents will be produced utilizing Microsoft Word. Significant evaluation factors by which selection will be made are as follows and are listed in order of importance in descending order: (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 and 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; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Methods and controls used by the firm to check the quality and completeness of the firm's work product such as coordination of plans with subconsultants and internal review and checklist procedures. A-E firms that meet the requirements described in the announcement and wish to be considered for selection are invited to submit three (3) completed, current, and signed/dated Standard Form (SF) 254s and SF 255s for the prime firm and each of their sub-consultants to the noted address no later than 4:00 p.m., Eastern Standard Time, thirty (30) calendar days from publication of this announcement. Please state in Block 4 of the SF 254 the size status of your firm. If your firm has worked for the Government before, please submit your ACASS Number on the front page of your 254/255. Responses are to be sent to USPFO for West Virginia, ATTN: Contracting, 50 Armory Road, Buckhannon, WV 26201-8818. All responsible sources may submit SF 254s and SF 255s, which will be considered. If a large business is selected for this contract, it must comply with Federal Acquisition Regulation subpart 19.7 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the National Guard which will be considered in the negotiation of this contract are: (1) at least 75.6% of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 8.9% of a contractor's intended subcontract amount be placed with SDB; and, (3) at least 3.0% of a contractor's intended subcontract amount be placed with WOSB. The subcontracting plan is not required with the SF 254/255 submittal. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Firms can register via the CCR Internet site at http://www.ccr2000.com or by contacting the CCR Information Center at 1-888-227-2423. Firms with more than one office should indicate on the SF 255 which office will be responsible for performing and managing the project(s) and the staffing of that office. This is an unrestricted procurement action. The North American Industry Classification System (NAICS) Codes are 541310 -- Architectural Services and 541330 -- Engineering Services. The small business size standard is $4,000,000. Technical questions concerning this request may be directed to the West Virginia Air National Guard by calling Major John W. Dulin or Chief Master Sergeant Rusty Brotherton at (304) 341-6232 between 7:30 a.m. to 4:30 p.m. EST, Tuesday through Friday. No collect calls will be accepted. The selection process in FAR Subpart 36.6 will be used to review and evaluate firms. A Preselection Board shall review, evaluate and rank the firms according to the selection criteria. The selection board will hold discussions with at least three of the most highly qualified firms and prepare a selection report for the final selection authority that shall make the final selection decision. All firms on the final selection list are considered "selected firms" with which the contracting officer may negotiate in accordance with FAR 36.606. The type of contract is a firm fixed price. This synopsis is not a request for proposal.
Record
Loren Data Corp. 20010327/CSOL006.HTM (W-082 SN50H165)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 23, 2001 by Loren Data Corp. -- info@ld.com