|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1995 PSA#1350Contracting Squadron, P.O.Box 65775, Langley AFB, VA 23665-0775 C -- ARCHITECT-ENGINEER (A-E) SERVICES Sol F44600-95-R0020. Contact
SSgt White-Woolaston, (804) 764-2513/ Contracting Officer, Susan I.
Hurst, (804) 764-7681. Design of various alteration, repair and
maintenance projects at Langley AFB, VA. Required disciplines include
mechanical and electrical with supporting civil, structural and
architectural. Work will include, but not be limited to, Design
development of plans, drawings, specifications and cost estimates for
contract accomplishment, studies, investigations and services.
Evaluation criteria, in relative order of importance, will be as
follows: 1) Professional qualifications necessary for satisfactory
performance indicated by education, experience, registration and
management ability of personnel to be assigned to this contract. 2)
Availability of key personnel, to include a minimum of two mechanical
engineers, one estimator, one specifications writer and three
supporting draftsmen on the firm's permanent staff. If the
specifications writer and/or the estimator work is performed by one of
the mechanical or electrical engineers, the applicant shall so note in
the appropriate location on the forms submitted. 3) Specialized
experience in renovation, upgrading and repair of commercial,
industrial and housing facilities. 4) Location of the firm from Langley
AFB in ranges of: within 50 miles, between 50 and 100 miles, beyond 100
miles. 5) Small Disadvantaged Business involvement, with these type
firms receiving full consideration. 6) Capacity of the firm to
accomplish delivery orders in the time required during the entire
contract period. 7) Past experience of the firm with respect to
renovation, upgrading and repair work on Department of Defense
contracts primarily, with less weight given to performance on contracts
with private industry. 8) Volume of work previously awarded to the firm
by federal agencies, with firms earning less than $500,000 in fees in
the most recent year (should be 1995 or 1994 but not earlier) listed by
the firm receiving the highest consideration. 9) Cost control
effectiveness indicated by ability of A-E to provide cost working
estimates that were within +/-5% of the awarded low bid on at least
three projects bid within the past year. 10) Innovative design
capability indicated by receipt of a design award from a national group
within the past two years. One indefinite delivery, indefinite quantity
contract (open-end) will be issued with the contract having total fees
not to exceed $700,000, with no individual delivery order to exceed
$99,000 and $5000 in fees guaranteed. Delivery orders may be issued for
one year from the award date of the contract. This acquisition will be
awarded as a requirements contract for one basic year with one option
year. SIC code is 8711. Firms desiring consideration shall submit
appropriate data as described in Numbered Notes 24 and 6. The proposed
acquisition listed here is being considered for a potential 100%
set-aside for Small Disadvantaged Business concerns. Interested Small
Disadvantaged Business concerns who wish to be one of the two
respondents that cause the acquisition to be 100% set-aside for Small
Disadvantaged Business concerns in accordance with Public Law and
Federal Acquisition Regulations should, as early as possible, but no
later than 15 days of this notice submit the Standard Forms 254 and
255. After the 15th day, a second synopsis will be published in the
Commerce Business Daily stating the determination of set-aside status.
Only Small Disadvantaged Business concerns are desired at this time.
This is not a Request for Proposal. (136) Loren Data Corp. http://www.ld.com (SYN# 0032 19950518\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|