Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16,1996 PSA#1701

HSC/PKOC, 8005 9th Street, Brooks AFB, TX 78235-5353

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECTUAL ENGINEERING DESIGN PROJECTS SOL F41622-97-R0014 POC Anna Quinlisk/Contract Specialist (210)536-4478, Fax (210)536-3498 Contracting Officer/Paul J. Vaughn (210)536-2360. The Air Force Center for Environmental Excellence (AFCEE), Brooks AFB (San Antonio), TX is seeking qualified firms to provide Architect-Engineering (A-E) Services under firm-fixed price contracts for projects involving planning, architectural-engineering design and studies for proposed and existing Military Family Housing (MFH) facilities. It is contemplated that four contracts will be awarded. These contracts will be awarded based primarily on regional location of the firm, but may be utilized nationally. The regions are: East Region-all areas located east of the Mississippi River; Central Region-all areas west of the Mississippi River and east of Continental Divide; and West Region-all areas west of the Continental Divide. One contract shall be awarded to a firm in the Eastern Region. One contract shall be awarded to a firm in the Central Region. Two contracts shall be awarded to firms in the Western Region. These projects will be located at US Air Force Installations. The firm must be capable of providing and managing a multi-disciplinary team of individuals from within the firm or from subcontracts with consultants. The acticipated work may include, but is not limited to the following: (A) Planning Services: Installation and facility programming and planning studies to include but not be limited to Housing Community Plans (HCP) and sub-area development plans. Development plans shall include cost estimates required for execution. feasibility studies required for various program alternatives, and economic studies associated with programs recommended by the housing community plans and the Air Force. Cost estimating services for MFH facilities shall include conceptual, parametric, and detailed quantity take-off estimates. In addition to the firm's in-house capabilities and estimating methods or systems, firms must demonstrate working knowledge of the Air Force Parametric Cost Engineering System (PACES) and the US Army Microcomputer-Aided Cost Engineering System (M-CASES); (B) Title I Services: Site surveys geotechnical analysis and reports, topographic surveys and reports, investigation of existing building conditions, schematic design development, value engineering, cost estimates, presentations, on-site data gathering and design (Charrettes), preparation of specifications and other contract documents, as required, for both Invitation for Bid (IFB) and Request for Proposal (RFP) contracts, environmental surveys and studies; hazardous material (asbestos, lead based paint, etc.) surveys and studies, residential energy analysis as required by section 435.303, Title 10, Code of Federal Regulations, and review of design documents produced by other designers; (C) Title II Services: Construction observation and inspections, review of submittals, site visits, consultation services during construction; analysis and studies of constructed facilities, preparation of operations and maintenance manuals, preparations of as-built drawings, and other duties as may be determined necessary to the successful completion of the contract. The selected firm will be expected to work closely with AFCEE project managers. The total of all delivery orders per year will not exceed $1,500,000. Except for the initial delivery order, all subsequent orders will not exceed $500,000. The A-E is guaranteed a minimum amount of $15,000 for the basic year and each option year (if exercised). The term of the contract shall be for one year with separately priced options for four additional consecutive years. Firms that meet the requirements described in this announcement are invited to submit a letter of interest and complete Standard Forms 254/255 to represent the team. Submission of office brochures is encouraged only to the extent that they graphically substantiate the work specifically described on the Standard Forms 254/255. Total Submittals shall not exceed 50 pages, with each side of a printed page counting as one page. All pages exceeding the maximum 50 will be removed and not considered. 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) Recent specialized experience and technical competence in performing the type of work being sought in this synopsis; (2) Professional qualifications of the staff and consultants that would perform the actual project work; (3) Professional capacity of the firm to perform the work in the required time; (4) Past performance history on both DoD and other contracts in terms of quality of work, cost control and compliance with performance schedules; (5)Capability to economically travel and operate in a broad geographic area primarily within the specified region and with demonstrated secondary ability to efficiently operate nationally; (6) Volume of work previously awarded to the firm by the DoD with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. Volume of DoD fees in the last 12 months shall be included in the submittal; (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Final selection shall be made by using telephone interviews. Responses must be received before 4:00 P.M. CST 30 calendar days from date of publication (first workday following a weekend or Federal Holiday) to be considered for selection. Electronic facsimile submittals will not be accepted. Submittals should be sent to AFCEE/CMH, Attn: Ms Vera Navaira, 8004 Arnold Drive, Brooks AFB TX 78234-5361. This is not an RFP. (0285)

Loren Data Corp. http://www.ld.com (SYN# 0013 19961015\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page