Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1995 PSA#1440

Contracting Squadron, 22 CONS/LGCK, 53147 Kansas St, ste 103, McConnell AFB, KS 67221-3606

C -- OPEN END ARCHITECT-ENGINEERING CONTRACT SOL F14614-95-R-132 DUE 102695. 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 and 5 Sep 95. This amended synopsis clarifies the closing date, and more clearly defines the parameters of the evaluation criteria relevant to geographical location and the deletion of the requirement for submission of a technical and price proposals. MCCONNELL AFB requires an Indefinite Delivery Contract for Other A-E Services, and Title I Services. POC SrA Kenneth E. McClain (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 of 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 intergraph) scanning and 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. 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; MCCONNELL AFB WILL CONSIDER A&E FIRMS OUTSIDE THE LOCAL AREA, AS LONG AS THEIR SF 254 AND SF 255 INCLUDES SUBCONTRACTING TO A LOCAL A&E FIRM, THAT WILL REPRESENT THE PRIME A&E FIRM, RESPONDING TO MCCONNELL AFB REQUIREMENTS WITHIN 2 HOURS FROM NOTIFICATION; (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 (See evaluation factor(2). Firms solicited on an unrestricted basis without regard to business size. 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 responding to this announcement BEFORE THE CLOSE OF BUSINESS ON 26 OCT 1995 will be considered for selection, subject to any limitations indicated 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, and McConnell AFB will hold discussions with three of the most highly qualified firms. 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 qualifications 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. (264)

Loren Data Corp. http://www.ld.com (SYN# 0007 19950926\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page