Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1995 PSA#1334

Sacramento 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