|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1995 PSA#1334Sacramento Air Logistics Center, Directorate of Contracting &
Manufacturing, McClellan Air Force Base, California 95652-1314 C -- A/E ELECTRICAL DESIGN SERVICES (TITLE I) AND INSPECTION (TITLE
II) SERVICES USING INDEFINITE-DELIVERY INDEFINITE QUANTITY (IDIQ)
CONTRACTS Due 053095. POC: Contracting Officer, Delvin E. Ressel
916/643-4262. Electrical Design Services (Title I) and Inspection
Services (Title II) utilizing Indefinite Delivery Indefinite Quantity
(IDIQ) Contracts for a variety of electrical projects. Typical design
work will involve power distribution, interior, as well as exterior
power and lighting systems, power survey analysis of existing
facilities regarding capacities, and recommended corrective systems.
Design services shall consist of preparation of construction documents
including design analysis, drawings, cost estimates, specifications,
and possible development of programming documents. Also work may
include the conducting of fact-finding studies, site surveys, site
investigations, as-built drawings. Work may require some associated
design work by architectural, strutural, civil mechanical or other
consultants. Title II Inspection Services shall consist of supervision,
inspection, reviewing contractor's submittals for compliance with
contract specifications, technical observations, and surveillance of
projects under construction. The preparation of construction documents
for certain projects may be requird 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 means of project procurement. 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 top $299,000 may be written. The contract starting date will be
approximately 15 August 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 elecrtrical design; availability of experienced key personnel;
capacity of the firm to accomplish the work in a timely manner; past
experience of the firm with respect to similar type work; location 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 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 of 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. Specification are to be in
Microsoft Word 6.0 for Windows or Work 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 Dorm (SF) 255, ``Architect/Engineer and related
Services Questionnaire for a Specific Project.'' Firms desiring
consideration must submit appropriate data as described in CBD Number
Note (24). 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/CECC/Bldg. 21, Attn: Tom Rohwer, 5112 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 Tom Rohwer
916/643-4875. (114) Loren Data Corp. http://www.ld.com (SYN# 0013 19950426\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|