Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,1996 PSA#1560

50 CONS/LGCC, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649

C -- GENERAL ARCHITECT-ENGINEERING SERVICES Sol. FA2550-96-R0002. Due 042996. Contact Tom Smith, Contract Administrator, (719)567-3837 or Jim Berns, Contracting Officer, (719)567-3834. A Title I, Title II and Other services, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect and Engineering (A&E) services to design a wide variety of operations, maintenance, planning and programming, and minor construction projects, will be issued for a period of one year with an option to extend the contract for one additional year. Each delivery order issued against the contract will not exceed $299,000.00 with the exception of the first delivery order for the basic and option year which may exceed the $299,000 limit. The aggregate sum will not exceed $750,000.00 per year ($1,500,000.00 total in the event the option year is exercised). A minimum of $5,000.00, only, in fees will be guaranteed to the A&E for both the basic and option year, if exercised. Services will be performed for Falcon AFB, CO (predominately) or for one of the following CONUS and worldwide sites: Onizuka AFB CA; Vandenberg AFB CA; Cape Canaveral, FL; Offutt AFB, NE; Fairchild AFB, WA; New Boston AS, NH; Kaena Point AS, HI: Mahe Seychelles (Indian Ocean); Anderson AFB (Guam); Kwajalein (Atoll); Diego Garcia (Indian Ocean), Ascension Island (South Atlantic); Thule AB (Greenland); Oakhanger (United Kingdom); Learmonth (Australia); Sagamore Hill, MA; Ramey (Puerto Rico); Holloman AFB, NM; Palehua, HI; San Vito (Italy). The work will primarily involve architectural and planning functions, but could require all engineering disciplines, for design of projects relating to planning and programming for future base development, upgrading and/or constructing industrial plant type facilities, office buildings, small buildings, remodeling interior spaces, fire protection, roads, landscaping, and some base infrastructure. It will include, but not be limited to, the performance of various types of investigations, site surveys, field inspections, measurements and calculations. A&E's will be required to prepare and submit various engineering and planning studies, design analysis, reports, soil and compaction tests and lab results, cost estimates, final designs, specifications and a material submittal register for each construction project. In addition, the A&E must be able to write Hypertext Markup Language (HTML) to create Internet web sites for development of FAFB standards for construction, remodeling, landscaping, etc. The successful candidate must have an extensive knowledge of all current federal, state and local building codes and regulations. Note: Preparation of planning and construction programming documents may require access to sensitive and classified materials. The A&E, therefore, is required to maintain SECRET security clearance for personnel responsible for planning and programming functions per DoD security requirements. All drawings will be computer aided drafting design (CADD) developed using AutoCAD release 13 (or later), with the ability to use Graphical Information System Standards as set by Falcon AFB. Data will generally be required to be submitted via the Internet but may require submittals by 3 1/2'' diskettes compatible with the Microsoft Windows operating environment. The A&E will be required to respond to individual delivery orders on 24 hour notice with any or all engineering and planning disciplines and or services, attend design and pre-construction conference as directed and interface with various functional groups at Falcon AFB under the overall guidance of the 50 CES project engineer and the Contracting Officer. Architecture is the leading discipline. Other disciplines will generally be required depending on the scope of the individual projects. Other disciplines likely include, but are not limited to the following: Civil, Structural, Mechanical, Electrical and Urban/Regional Planning and Programming. Project leaders must be registered engineers, architects or certified community planners. Landscaping should stress Xeriscaping principles. All of these disciplines must be identified in submittals but are not required to be on the firm's staff. These disciplines can be provided by subcontractors, outside associates or consultants. Firms capable of meeting the conditions and desiring consideration are requested to submit Standard Forms (SF) 254 and 255 along with a cover letter addressing each of the following topic which will be used as the basis for selection in order of importance. 1) Professional qualification necessary for satisfactory performance of required services. 2) Specialized experience and technical competence in the type of work required. 3) Capacity of the firm to accomplish the work within the anticipated schedule. 4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5) Location of the office(s) from which work will be generated for the assigned delivery orders. Firms with offices in the state of Colorado will receive favorable consideration. 6) Volume of work-list in tabular form, prior DOD and Air Force awards and completion's for the past three years including contract number, award, POC, and completion dates. Also, include original A&E award costs, and final A&E costs. 7) The A&E's chosen from the pre-selection process will be required to perform a proposal on a sample project during the final selection process. Note: Firms must list all expected subcontractors, outside associates and consultants, to include in tabular form: a list of projects jointly worked with the firm during the last three years and a list of references with points of contract to include phone numbers. Responses and submittals must be received at the contracting office as an attachment to the SFs 254 and 255. This is not a request for prices. Responses and submittals must be made within thirty (30) calendar days from the date of this announcement to 50 CONS/LGCC Attn: Tom Smith, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649. Failure to complete the listed standard forms, provide the additional information requested, or provide such information and submittals within the specified time, shall result in disqualification of the firm. All responsible firms may submit qualification statements which shall be considered for award. This a re-advertisement of a CBD announcement for services that originally appeared 13 Jan 95. Firms that applied previously should submit updated forms or notify FAFB that the previously submitted forms are still valid. (081)

Loren Data Corp. http://www.ld.com (SYN# 0019 19960326\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page