|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1995 PSA#1375Phillips Loboratory, Operational Contracting Division/PKOC, 2050
Wyoming Blvd SE, Kirtland AFB NM 87117-5663 C -- C--ARCHITECT-ENGINEER SERVICES, TECHNICAL--KIRTLAND AFB NM SOL
F29650-95-R0166 POC Helen Casillas 505/846-7616 or Lynn Marsh,
505/846-5883. Architect and Engineering Services, Technical. The 377
ABW, Engineering Flight, Kirtland AFB, NM 87117-5663 has requirements
for two (2) Architect-Engineer (A&E) contracts for FY's 95 and 96. The
Standard Industrial Classification (SIC) Code is 8712 and the Size
Standard is $2.5M. Typical work will primarily be specialized, highly
technical, engineering projects. Each A-E firm or joint venture will
have: (A). Architectural experience in planning, programming,
comprehensive interior and landscape design, and design of new and/or
alterations and modifications of area sector plans, existing
facilities, and new facilities. Also included is preparation of
study/design presentations to include brochures, slides & narratives,
sketches and renderings. (B). Civil, Structural, and Traffic
Engineering experience in structural systems of all types, hydrology,
hydraulics, and surveying. Analysis and design of new and/or
alterations and modifications to existing roads and road geometry,
bridges, paving, parking, aircraft aprons/taxiways, and underground
utilities. (C). Electrical Engineering experience in analysis to
include, but not limited to, load flow analysis and short circuit/fault
coordination studies. The A-E must also have capability for design of
new systems and/or alterations and modifications to existing interior
and exterior (including transmission and distribution) electrical
systems and equipment, communications systems (e.g., telephones, local
area networks and computer networks), fire and security alarm systems.
(D). Mechanical Engineering experience in analysis and design of new
systems and/or alterations and modifications of existing HVAC,
controls, plumbing, and fire protection systems. (E). Environmental
Engineering experience in analysis and design of new and/or alterations
and modifications of existing environmental systems to insure
compliance with local, state, and federal regulations and laws (e.g.,
asbestos and lead base paint surveys & abatement requirements, Resource
Conservation Recovery Act, Clean Air Act, Clean Water Act, etc.). (F).
Corrosion engineering includes but is not limited to design of
cathodic protection systems and other appropriate measures to preserve
materials subject to corrosion. Cathodic Protection (CP) designs must
be performed by a National Association of Corrosion Engineers (NACE)
accredited corrosion specialist, NACE certified CP specialist, or a
registered professional corrosion engineer. Some projects may be
required to be designed and constructed entirely in metric units. These
contracts will be indefinite quantity, indefinite delivery
requirements, firm fixed price type contracts for one year with one
1-year option. Only firms located in New Mexico will be considered for
selection with preference given to firms within the local commuting
area. Preference will also be given to firms having the required
capability within their organizations. IBM compatible Microsoft Word
6.0, and DOS based AutoCad Release 12 are necessary. The maximum award
per year per contract is $750,000 and the maximum per individual order
is $299,000 with the exception of the initial order to start the
contract. The initial order may exceed $299.000. Selected firms must be
familiar with Air Force manuals, pamphlets, and regulations, national
building, mechanical, plumbing, electrical, Uniform Federal
Accessibility Standards, Americans with Disabilities Act and life
safety codes. Time allocations for investigation and design of projects
are established based on complexity of each project. Design fees are
limited to six percent of the individual construction cost estimate.
Significant evaluation factors include: (1) specialized experience of
the firm in the type of work required, (2) professional qualifications
and availability of key staff personnel and consultants to be assigned
to projects, (3) professional capacity of the firm to accomplish the
work within the anticipated schedules, (4) past performance of the firm
with respect to their execution of DOD and other contracts, both
government and private, (5) quality and cost control of work on past
projects, (6) staff's creative and innovative design capability
including design awards, (7) volume and dollar value of prior DoD
awards based on design fees only, (8) familiarity with metric system
and ability to design in metric units. Firms desiring consideration
must submit Standard Form 254 (Architect-Engineer and Related Services
Questionnaire), Standard Form 255 (Architect-Engineer and Related
Services Questionnaire for Specific Project), a statement indicating
whether the firm is an 8(a) certified business, a small disadvantaged
business (SDB), a small business (SB), a large business, and/or a
woman-owned business, plus a one-page summary of their experience with
the metric system, their familiarity with metric, and their ability to
design in metric units to the Engineering Flight, 377 SPTG/CEC,
Attention: Mr. Vince Montoya, Bldg 20686, Kirtland AFB NM 87117-5663.
Only responses received within 30 days of publication of this notice
will be considered. This is not a request for proposal. No other
general notification for these contracts will be made, and no further
action beyond submission of the standard forms and one-page summary is
required. For serious concerns only, potential offerors are invited to
contact the Phillips Laboratory Ombudsman, Colonel James D. Ledbetter,
Vice Commander and Director of Operations, 505/846-4964, 3550 Aberdeen
Avenue SE, Kirtland AFB, NM 87117-5776. Direct inquiries to Helen
Casillas at 505/846-7616 or Lynn Marsh at 505/846-5883. (0173) Loren Data Corp. http://www.ld.com (SYN# 0022 19950623\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|