|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1996 PSA#171150 CONS, 66 Falcon Parkway, Suite 49, Falcon AFB CO 80912-6649 C -- IDIQ A&E SERVICES (8A SET-ASIDE) TO DESIGN PRIMARILY CIVIL AND
STRUCTURAL MINOR CONSTRUCTION PROJECTS FOR FALCON AFB, CO OR FOR ONE
CONUS AND WORLDWIDE SITE Sol FA2550-97-R-0003. Contact Karl
Lautzenheiser, 719/567-2314; Contracting Officer, James D. Berns,
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 primarily civil and structural
minor construction projects 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 except, possibly, the first delivery order,
and the aggregate sum will not exceed $499,000.00 per year
($1,497,000.00 total in the event the option years are exercised). A
minimum of $5,000.00, only, in fees will be guaranteed to the A&E for
the basic contract 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 for
upgrading and/or constructing industrial, plant type facilities,
office buildings, small buildings, remodel of interior spaces, fire
protection and base infrastructure. A&E's will prepare and submit
various engineering studies, design analysis, reports, cost estimates,
final designs, specifications and a material submittal register for
each construction project, as required in the delivery order. The
successful candidate must have an extensive knowledge of all current
federal, state and local building codes and regulations, including the
Mechanical Code, BOCA, NFPA and NEC. Also, the successful candidate
must have proven experience with utilities, water treatment and
wastewater plant design, seismic, drainage, traffic studies, roofing
and pavements design and maintenance plans. All drawings will be
computer aided drafting design (CADD) developed using AutoCAD release
13 (or later), with the ability to use the Graphical Information System
Standards as set by Falcon AFB. Data will be required to be submitted
on 3 1/2'' diskettes compatible with the Microsoft Windows operating
environment in addition to hard copies. The A&E could 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 conferences 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. Civil and Structural
Engineering are the lead disciplines. Other engineering support
disciplines will generally be required depending on the scope of the
individual projects and will likely include, but not limited to, the
following: Architecture, interior design, site planning, Mechanical &
Electrical design, Environmental, Landscape Design and and Fire
Protection Engineering. Project leaders must be registered engineers.
All of these supporting 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. 8A
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
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, city of
Colorado Springs in particular, 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) Demonstrated success
in prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. The A&E's chosen
from the pre-selection process will be interviewed during the final
selection process, either at the A&E's site or at Falcon AFB. 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 during the final selection process. The proposal will be used
to evaluate the firms on their design methodology and process, as well
as, to demonstrate how they meet the above stated selection criteria.
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 8(a) firms may submit qualification statements
which will be considered for award. (302) Loren Data Corp. http://www.ld.com (SYN# 0019 19961029\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|