|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1995 PSA#1431Contracting Squadron, 22 CONS/LGCK, 53147 Kansas St, Ste 103, McConnell
AFB, KS 67221-3606 C -- OPEN END ARCHITECT-ENGINEERING CONTRACT SOL F14614-95-R0131 DUE
101995. Contact Kenneth E. McClain, 316-652-4514, Contract
Administrator or Patricia J. Davis, 316-652-4525, Contracting Officer.
Correction to CBD announcement dated 31 Aug 95. This amended synopsis
clarifies the closing date, deletes the requirement for some of the
specified technical information, and adds a new statement (6) under the
required professional services. Indefinite Delivery Contract for Other
A-E Services, Title I, and Title II Services. POC SrA Kenneth E.
McCain (316) 652-4532, FAX (316) 652-4507. The Architect/Engineer shall
perform any and all necessary field visits, prepare and deliver design
analysis, plans, specifications, cost estimates, and bidding schedules
as required to provide complete and detailed designs for maintenance,
repair, alteration, and new construction base facilities. The projects
may require multidiscipline engineering services. The services
required will include, but is not limited to, automated CAD drafting
(compatible with autocad or integraph) scanning vectorizing services in
support of the completion of design, mechanical, electrical,
structural, civil, landscape architecture, fire protection, plumbing,
and other features of selected projects. Individual delivery orders may
range in scope from drafting efforts requiring all disciplines (such as
preparation of complete as-built drawing sets) to supporting only one
discipline in the preparation of final design drawings. The contract
limit is $400,000.00 per year and each delivery order is limited to
$299,000.00. Services will be for a one year period with an option to
renew for one year. Both a technical proposal and a price proposal will
be required in response to the RFP. Firms must have the ability to meet
the following requirements: (a) Adequate professional personnel to
accomplish the features described; (b) Experience in or automated cad
drafting and other associated features of initial design packages and
preparation of as built drawings. The minimum quantity of work required
under the contract, to be initiated by one or more delivery orders,
will not be less than $20,000.00 for the basic period and $20,000.00
for any options that may be exercised. Title I services are limited to
a 6% statutory limitation of the construction cost estimate.
Performance period will be one year with one (1) one-year option or
until funds are exhausted. Selection criteria in descending order of
importance are: (1) Technical competence in architectural and
engineering design for all disciplines; (2) Ability to provide rapid
response to design requirements and complete the work within compressed
time schedules; (3) Past performance/experience of Air Force and
civilian designs; and (4) Location in the general geographic area of
McConnell AFB, Kansas, provided there are an appropriate number of
qualified firms therein for consideration. Firms solicited on an
unrestricted basis without regard to business size. Firms which desire
a solicitation are requested to provide their name, mailing/street
address, telephone number, and the solicitation number of the project
when requesting a copy of the solicitation. All responsible sources may
submit a proposal which will be considered by the agency.
Architect-Engineer firms which meet the requirements described in this
announcement are invited to submit: (1) a Standard Form 254,
Architect-Engineer and Related Services Questionnaire; (2) a Standard
Form 255, Architect-Engineer and Related Services Questionnaire for
Specific Project, when requested; and (3) any requested supplemental
data to the procurement office shown. Firms having current Standard
Form 254 on file with the procurement shown are not required to
register this form. Firms desiring to register for consideration for
future projects administered by the procurement office (subject to
specific requirements for individual projects) are encouraged to
submit, annually, a statement of qualifications and performance data
utilizing Standard Form 254, Architect-Engineer and Related Services
Questionnaire. Firms responding to this announcement before the close
of business on 19 Oct 95 will be considered for selection, subject to
any limitations indicate with respect to size and geographic location
of firm, specialized technical expertise or other requirements listed.
Following an initial evaluation of the qualification and performance
data submitted, one firm that is considered to be the most highly
qualified to provide the type of services required, will be chosen for
negotiation. Selection of firms for negotiation shall be through an
order of preference based on demonstrated competence and qualifications
necessary for the satisfactory performance of the type of professional
services required, that include: (1) Professional capabilities; (2)
specialized experience and technical competence, as required; (3)
capacity to accomplish the work in the required time; (4) past
performance on contracts with respect to cost control, quality of work,
and compliance with performance schedules; (5) geographical location
and knowledge of the locality of the project, provided that application
of the criterion leaves an appropriate number of qualified firms, given
the nature and size of the project; and can (6) demonstrate success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. In addition to the
above, special qualification in the Department of Defense include the
volume of work previously awarded to the firm by the Department of
Defense, with the object of effecting an equitable distribution of
Department of Defense architect engineer contracts among qualified
architect-engineer firms including small and small disadvantaged
business firms, and firms that have not had prior Department of Defense
contracts. Any other specific and pertinent information as pertains to
this particular area of procurement that would enhance our
consideration and evaluation of the information submitted. (254) Loren Data Corp. http://www.ld.com (SYN# 0008 19950913\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|