|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24,1996 PSA#170750 CONS, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6649 C -- IDIQ A&3 SERVICES TO PROVIDE FIRE PROTECTION ENGINEERING DESIGNS,
INSPECTIONS AND STUDIES FOR FALCON AFB, CO OR FOR ONE OF THE 50TH SPACE
WING CONUS AND WORLDWIDE SITES SOL FA2550-97-R-0002. Contact Karl
Lautzenheiser, 719/567-2314; Contracting Officer, James D. Berns,
719/567-3834. A Title I, Tittle II and Other services, Indefinite
Delivery/Indefinite Quantity (IDIQ) contract for Architect and
Engineering (A&E) services to provide Fire Protection Engineering
designs, inspections and studies will be issued for a period of one
year with an option to extend the contract for two additional years at
the Government's option. Each delivery order issued against the
contract will not exceed $299,000.00. The aggregate sum of delivery
orders will not exceed $400,000.00 per year ($1,200,000.00 total in the
event the option years are both exercised). A minimum of $5,000.00,
only, in fees will be guaranteed to the A&E for the basic year and each
of the option years, if exercised. Services will be performed for
Falcon AFB, CO (predominately) or for any of the 50th Space Wing
worldwide sites as follows: Onizuka AFB CA; Vandenberg AFB CA; Cape
Canaveral, FL; Offutt AFB, NE; Fairchild AFB, WA; New Boston AS, NH;
Kaena Point AS, HI; 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). Projects will include, but not be limited to, the
performance of various types of investigations, site surveys, field
inspections, measurements, calculations and designs. In particular and
not all inclusive, the A&E must have the ability to conduct surveys
for life safety, per NFPA 101, perform sprinkler system design and
analysis per NFPA 13, and perform fire alarm system design and analysis
per NFPA 72. The A&E will be required to prepare and submit various
engineering, design analysis, reports, cost estimates, final designs,
specifications and a material submittal register for each construction
project. The successful candidate must have an extensive knowledge of
all current Air Force, federal, state and local building codes and
regulations, including, MIL-HDBK 1008B, NFPA, and the BOCA National
Building Code. All drawings will be developed using computer aided
drafting design (CADD), AutoCAD release 13 (or later), with the ability
to use the Graphical Information System Standards as set by Falcon AFB.
Data will generally be required to be submitted on 3 1/2'' diskettes
compatible with the Microsoft Windows operating environment in addition
to the hard copies. The A&E may be required to respond to questions or
in extreme cases to individual delivery orders on 24 hour notice with
any or all engineering disciplines and or services. This includes
attending design and pre-construction conferences and interface with
various functional groups at Falcon AFB or 50 SW sites under the
overall guidance of the 50 CES project engineer and the contracting
officer. Although the work will involve fire protection engineering
(the lead discipline), projects could require other engineering
disciplines for design of fire protection systems to upgrade existing
and/or constructing new industrial plant type facilities, office
buildings, small buildings, remodeling interior spaces, and base
infrastructure. Other disciplines possibly required include, but are
not limited to the following: Architecture, Civil, Structural,
Mechanical and Electrical Engineering. Project managers must be
registered, fire protection engineers. 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
topics which will be used as the basis for selection in order of
importance. 1) Professional qualifications necessary for satisfactory
performance of required services, i.e. fire protection. 2) Specialized
experience and technical competence in fire protection engineering.
Special emphasis will be placed on trouble shooting and investigative
expertise as related to projects on existing facilities. 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,
superior performance evaluations on recently completed DOD contracts,
extent to which potential contractors identify and commit to small
business and to small disadvantaged business, historically black
college and university, or minority institution performance of the
contract, whether as a joint venture, teaming arrangement, or
subcontractor 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 interviewed during the final
selection process. The A&E's will be provided an advanced copy of the
questions to be asked during the interview and will be required to
perform a proposal on a sample project for the final selection board.
The proposal will be used to evaluate the firms on their design
methodology and 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: Karl Lautzenheiser, 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 will be considered for award. (295) Loren Data Corp. http://www.ld.com (SYN# 0016 19961023\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|