Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21, 2001 PSA #2982
SOLICITATIONS

C -- ARCHITECT-ENGINEER SERVICES

Notice Date
November 19, 2001
Contracting Office
Department of the Air Force, Air Education and Training Command, Keesler AFB Contracting Squadron, 310 M Street Rm 102, Keesler AFB, MS, 39534-2147
ZIP Code
39534-2147
Solicitation Number
F22600-02-R0002
Response Due
December 19, 2001
Point of Contact
Tracy O'Connor, Contract Specialist, Phone (228) 377-1823, Fax (228) 377-3298, Email tracy.o'connor@keesler.af.mil -- Robert Winland, Team Leader, Flight A, Phone (228) 377-1837, Fax (228) 337-3298, Email robert.winland@keesler.af.mil
Description
INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES TO SUPPORT THE BASE CIVIL ENGINEER FOR U.S.A.F. PROJECTS AT KEESLER AFB MS, one (1) basic year, with a one (1) year option, solicitation number: F22600-02-R0002 due 19 DEC 01. Contracting Contact Point: Ms. Margaret Tracy O'Connor, (228) 377-1823. 81 CONS/LGCA, 310 "M" Street, Room 102, Keesler AFB, MS 39534-2147. The 81st Civil Engineer Squadron, 508 "L" Street, Keesler AFB, MS 39534, requires Architect and Engineering (A-E) services for design of minor construction, revitalization, repair, lead and asbestos abatement and maintenance on facilities considered to be either industrial, commercial, institutional or residential type. Services will include but not be limited to: Title I (1) Type A, consisting of (a) performing field and building surveys, investigations, inspections, data collection and life cycle cost analysis as necessary to support the design phase and (b) developing alternative concepts for design; and (2) Type B, consisting of accomplishing a complete design based on the Government Statement of Work (SOW) and investigation results for all projects including engineering calculations and design analysis, technical specifications produced in MS Word (doc) format, detailed drawings produced in Autocad Architectural Desktop R2 drawing (dwg) format and utilizing the AIA Standard Layer Structure, and cost estimates for use in competitive bidding and/or negotiations by contractors, bid/proposal analysis. Prospective A-E firms will be evaluated in accordance with the following criteria, which are listed in descending order of importance. Selected A-E will best meet these qualifications: (1) professional qualifications and experience necessary for satisfactory performance of required A-E services with in-house asbestos, and lead abatement design capability; (2) specialized experience and technical competence in the design of projects in the range of $300,000.00 to $25,000,000.00 for minor construction, revitalization, repair, lead and asbestos abatement, and maintenance on facilities considered to be either industrial, commercial, institutional, or residential type, and use of recovered materials; (3) location of the firm's permanent office within the geographical area (within 100 miles) of the base and knowledge of the locality of the base; (4) capacity of the firm to accomplish the work in the required time; (5) past performance on all projects in terms of cost control, quality of work and compliance with performance schedules; (6) volume of work previously awarded to firms by DOD with the objective of effecting equitable distribution of A-E contracts among qualified A-E firms that have not had prior DOD contracts during the previous 12 months. (7) participation of small businesses (e.g., Woman Owned Small Business, HubZone Small Business, Veteran Owned Small Business), small disadvantaged businesses, and historically black colleges and universities, or other minority institutions, in the proposed contract team, measured as a percentage of the estimated effort. The Offeror must provide adequate documentation in blocks 7g, and 10 of the Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to illustrate the extent of participation of the above-mentioned groups in terms of the percentage of the total anticipated contract effort. Participation in performance of the contract includes joint ventures, teaming arrangement, and subcontracts. [NOTE: Small Business Prime Offerors Only: The Small Business offeror will be evaluated to determine the extent of participation of Small Disadvantaged Businesses utilizing the documentation provided in Blocks 7g and 10, of the Standard Form 255. Requirements to utilize all other Small Business types (e.g., Woman Owned Small Business, HubZone Small Business, and Veteran Owned Small Business), included in this criteria is not applicable to Small Business offerors.] Firms responding to this announcement must submit a current Standard Form (SF) 254 and SF 255. Firms must also submit a SF 254 for each and all consultants scheduled for participation. Firms failing to submit any of the aforementioned documents will not be given further consideration. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract also includes a one (1) year government option for the same basic professional skills, contract terms and conditions. A minimum of $5,000 in delivery order (DO) fees will be guaranteed for the life of the contract. A maximum of $750,000.00 in DO fees is possible for the basic period and $750,000.00 for the one (1) option year, not to exceed $1,500,000.00 for the life of the contract. No single DO will exceed $299,000 in total fee except that the initial DO for the basic year. Up to three (3) contract awards are anticipated from this announcement. Type of Contract: Firm Fixed Price. Estimated start date is March 2002. One copy of all of the SF 254s and SF 255 is to be received in this office no later than the 30th day after the date of appearance of this announcement in the CBD, and Federal Business Opportunities web site. Late responses will be handled in accordance with FAR 52.215-10. Facsimile responses will not be accepted. Should the due date fall on a weekend or holiday, the SF's will be due the first working day thereafter.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/KAFBCS/F22600-02-R0002/listing.htm l)
Record
Loren Data Corp. 20011121/CSOL002.HTM (D-323 SN5133M8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 15, 2001 by Loren Data Corp. -- info@ld.com