Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1995 PSA#1275

US Property & Fiscal Office for NY, Attn: MNPF-PC, 330 Old Niskayuna Rd., Latham, NY 12110-2224

C -- INDEFINITE DELIVERY CONTRACT SOL DAHA30-95-R-0002 due 031095. Contact Point, Bonnie Hetfield, (518) 786-4460, Contracting Officer, Major Russell Catalano, (518) 786-4740. Indefinite Delivery Architect-Engineer (A-E) Services Contract will be awarded by the United States Property and Fiscal Office for New York to a qualified A-E or consulting engineering firm to perform Title I, Type A, Investigative, Type B, Design Services; and Title II, Type C, Construction Inspection Services, or any combination thereof. The multi-disciplinary indefinite delivery contract will encompass various projects at Hancock Field NYANG Base, Syracuse, New York and Fort Drum, Antwerp, New York. The contract will have a maximum monetary limit of $750,000.00, with a limit of $150,000.00 for each delivery order project. The duration of this contract shall be for a period of one year from the date of initial contract award, estimated to be on or about 01 July 1995. The Government may extend the term of this contract for one additional year, by written notice to the A-E within the time specified in the contract. Each delivery order will be issued and negotiated for each project requiring design and/or construction inspection services. The initial delivery order shall be concurrently awarded with the Indefinite Delivery Contract. Each delivery order is different and will require an unique mix of engineering disciplines. Selection of the A-E is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the satisfactory performance of the services required, subject to the following additional considerations. Significant evaluation factors for the A-E selected are listed in order of importance: 1. Experienced personnel in the following engineering disciplines as they relate to the potential delivery orders listed below - a) Multi-Project, Multi-Discipline Engineering Project Management, b) Civil, c) Mechanical, d) Environmental, e) Electrical, f) Structural, g) Architectural; 2. Specialized experience and technical competence of the A-E firm in the type of work required; 3. Location of the A-E; 4. Other appropriate criteria. It is highly desirable that the selected A-E firm have the majority of engineering disciplines ``in house''; 5. Capacity to accomplish work in the required time; 6. Past performance on contract within terms of cost control and quality of work; 7. Volume of Department of Defense work. The potential delivery orders include water distribution renovation, underground electrical installation, HVAC systems, facility additions, and environmental (de-icing fluid reclaim). The contract is not set-aside for small business. The Standard Industrial Classification Code is 8712. The applicable small business size standard including affiliates is $2.5 million. Architect-Engineering firms meeting the requirements described in this announcement and desiring consideration are invited to submit appropriate data, to arrive no later than 10 March 1995, as described in CBD Numbered Note 24. Submit responses to: Major John Baldwin, Base Civil Engineer, 174 FW/DE, Hancock Field, Syracuse, New York 13211-7099, Telephone: (315) 454-6446. The USP&FO is not responsible for selection. (030)

Loren Data Corp. http://www.ld.com (SYN# 0043 19950201\C-0017.SOL)


C - Architect and Engineering Services - Construction Index Page