|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1995 PSA#1267Sacramento Air Logistics Center, Directorate of Contracting &
Manufacturing, McClellan Air Force Base, California 95652-1314 C -- A/E ARCHITECTURAL DESIGN SERVICES AND INSPECTION (TITLE II)
SERVICES USING INDEFINITE-DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACTS
Due 021095. POC Contracting Officer, Delvin E. Ressel (916) 643-4262.
Contact: Edyie Douglas (Buyer) (916) 643-4262. Architectural Design
Services (Title I) and Inspection Services (Title II) utilizing
Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. Typical
construction documents will consist of design analysis, drawings, and
specifications for a variety of construction projects, requiring
architectural renovation including civil, mechanical, electrical,
interior and associated design work. Also work may include the
conducting of fact-finding studies, site surveys, site investigations,
as built drawings and interior design. Title II Inspection Services
shall consist of supervision, inspection, reviewing contractor's
submittals for compliance with contract documents, technical
observations, and surveillance of projects under construction. The
preparation of construction documents for certain projects may be
required to utilize the Simplified Acquisition of Base Engineering
Requirements (SABER) and other in place IDIQ Construction Contracts.
The Design Scopes of Work will require meeting the specific formats of
these contracts including negotiated price estimating. The IDIQ
contract will have a maximum monetary limit of $750,000 with a minimum
of $5,000 guaranteed, against which individual work orders of up to
$299,000 may be written. The contract starting date will be
approximately 15 July 1995 for a period of one year, with an option to
extend the contract for one additional year. It is anticipated that
multiple IDIQ contracts will be awarded. The criteria which will be the
basis for selecting firms are: specialized experience of the firm in
architectural design; availability of experienced key personnel;
capacity of the firm to accomplish the work in a timely manner; past
experience of the firm in the general geographic area of the work,
provided that there is an appropriate number of qualified firms therein
for consideration; volume of work previously awarded by the Department
of Defense to the firm in the general geographic area of the work,
provided that there is an appropriate number of qualified firms therein
for consideration; volume of work previously awarded by the Department
of Defense to the firm within the last three years, with the object of
effecting an equitable distribution of contracts among qualified A/E
firms; and performance of previous work at McClellan Air Force Base as
applicable. Experience in development of studies, construction working
drawings and miscellaneous deliverables utilizing Computer Aided Design
and Drafting (CADD) systems is required. All construction designs,
plans and drawings shall be delivered in Micro station Format (Version
4.0) on 8mm cartridge tape or high-density floppy. Acceptable formats
will be DGN or DXF in Unix or DOS. The Government will provide CADD
Standards on floppy and hard copy format. Specifications are to be in
Word Perfect 5.1 on 3-1/2 inch high density floppies. List all in-house
CADD equipment and software in item 10 of the Standard Form (SF) 255,
``Architect/Engineer and related Services Questionnaire for a Specific
Project.'' Firms desiring consideration must submit appropriate data
as described in CBD Numbered Note (4). This is NOT a Request For
Proposal (RFP). Those firms qualified to provide the services described
in this announcement, and submitting a copy of Standard Form (SF) 255,
and the latest SF 254, ``Architect/Engineer and Related Services
Questionnaire'' for the firm and each of its anticipated consultants,
will be considered for selection. Standard Forms are to reach this
location by close of business, on the 30th day after the date of this
publication. Submit SF 254 and 255 to 77 ABW/DECP/Bldg 21, Attn: SMSgt
John Challis, 5122 Arnold Ave. McClellan AFB, CA 95652-1314. Personal
visits for the purpose of discussing this contract during the
selection process will not be scheduled. Point of contact for general
information is John Challis (916) 643-4875. (017) Loren Data Corp. http://www.ld.com (SYN# 0019 19950120\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|