|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 28,1995 PSA#14787th Contracting Squadron, 381 Third St., Dyess AFB, TX 79607-1581 R -- ARCHITECT/ENGINEER SERVICES Sol F41652-96-R-0010 Due 122695
Contact Fredda Morse, 915-696-2360; Contracting Officer, Mr. Ronald C.
McGuire, 915-696-2679 FAX 915-696-3676 Indefinite Quantity
Architect-Engineer (A-E) Services For Various Mechanical/Electrical
Projects, Dyess AFB, Abilene, TX, Sol No. F41652-96-R-0010. An open end
contract(s) will be issued for a period of one year with an option to
extend the contract(s) for one additional year. More than one contract
(to different firms/offerors) may be awarded from this announcement.
Projects will be issued to the A-E firm delivery orders. Delivery
orders will not exceed $299,000.00. Cumulative amounts of all delivery
orders will not exceed $750,000.00 for any one year (per contract).
Initial contracts may be awarded through Jul 1997. An option to extend
a contract(s) for an additional year and an additional $750,000 is
included. Delivery orders will be issued from time to time as the need
arises during the contract(s) period. Design services required will be
predominantly renovation, additions, alterations, remodeling, minor
construction, repair, and maintenance type projects; including
preparation of drawings, specifications, design analyses, and cost
estimates for the purposes of bidding and construction. Various types
of A-E services such as site investigation, inspection, planning,
studies, and reports may also be required as related to project design.
Projects may include various combinations if disciplines including
architectural, civil, structural, environmental, and fire protection
but will be predominantly mechanical and/or electrical related. Firms
desiring consideration should have on-staff or listed as key
consultants the complete array of major engineering and architectural
disciplines. A guaranteed minimum of $5,000.00 in fee work will be
issued under each contract. Firm-fixed price/indefinite quantity type
contract will be used. Significant evaluation factors in the order of
relative importance are as follows: a. Recent specialized experience in
the areas of remodeling/renovation of
administrative/commercial/industrial/medical Air Force type facilities.
This work requires the ability to coordinate various engineering
disciplines and the multi-faceted aspects of phasing of construction to
accommodate work under occupied conditions. Do not list more than a
total of 10 projects in block 8 of the SF 255. Indicate which
consultants/sub-contractors from the proposed team, if any,
participated in the preparation of each design project. b. Past
performance of firm with respect to execution on previous DoD and other
contracts including but not limited to such factors as reliability of
cost estimates, construction changes, and design including but not
limited to such factors as reliability of cost estimates, construction
changes, and design awards/recognition. Indicate by briefly describing
internal design quality control procedures and cost control
initiatives. Indicate effectiveness by listing owner's budgets, final
A-E estimate, contract award amount, percentage differential; and
construction change orders amount and percentage for up to five recent
projects. List any awards, commendations, or performance recognitions.
c. Professional qualifications of actual staff members to be assigned
to the projects. Additionally, principal must have on his staff or
listed as a consultant firms/individuals which are insured and
licensed/certified EPA asbestos/lead based paint abatement project
designers. d. Capabilities of firm to respond to short notice
requirements and to accomplish complete designs within required
established schedules. Indicate the firm's present workload and the
availability of the project team (including
consultants/sub-contractors) for the performance period Jul/Aug 1996
thru Jun/Jul 1997. e. Location in geographical area of consideration
which is within a 200 mile radius of Dyess AFB, Abilene, TX (Only firms
in this general geographical area/radius will be considered) and
knowledge of the locality of the projects which is Dyess, AFB, TX. f.
Volume of Department of Defense (DoD) work previously awarded with the
objective of effective an equitable distribution of contracts among
qualified firms. Firms desiring consideration must list the dollar
value of actual award fees for the previous 12 month period immediately
preceding the date of this announcement on SF form 255 item 10. Firms
desiring consideration shall submit appropriate data including both SF
form 254 and 255 as described in numbered Note 24. SF forms 254/255
must fully address all evaluation factors to be considered for
selection. Personal interviews may not be conducted prior to selection
of the most highly qualified firm(s). All information must be included
on the SF 254/255 (cover letter, attachments, brochures, etc will not
be included in the evaluation process). Firms not providing the
requested information in the format directed by this synopsis (i.e.
listing more than a total of 10 projects in block 8, not listing which
office of multiple office firm's completed projects listed in block 8,
etc) may be negatively evaluated under selection criteria. This is not
a Request for Proposal. For further information contact the
Contracting Officer, 7 CONS/LGCC, 381 3rd St, Dyess AFB, TX 79607-1581,
(915)696-2679. Response to this notice (SF forms 254/255) must be
received by the contracting office no later than 26 Dec 95. (325) Loren Data Corp. http://www.ld.com (SYN# 0049 19951127\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|