Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 6,1996 PSA#1716

US Property and Fiscal Officer for New Mexico, ATTN: Contracting Division, 47 Bataan Blvd., Santa Fe, NM 87505-4695

C -- INVESTIGATIVE, DESIGN, CONSTRUCTION SUPERVISION Sol DAHA29-97-R-0001. Contact Point, Diana Duran, 505/474-1823, Contract Specialist, or CPT Lou A. Zolofra, 505/474-1803, Contracting Officer. The Base Civil Engineer, 150th FW/CE, Kirtland AFB, NM, wishes to select an Architect-Engineer for an Indefinite Delivery/Quantity/A-E Multi-disciplinary services contract. Work to be performed at NM Air National Guard Facilities located at Kirtland AFB, Albuquerque, NM. The magnitude of each project is between $10,000 and $250,000. This work involves multiple discipline design efforts for maintenance, repair, alteration, construction and studies. The firm shall also have the ability to perform cathodic protection surveys and cathodic protection design. The cathodic protection (CP) survey and design must be performed by a National Association of Corrosion Engineers (NACE) accredited Corrosion Specialist, NACE certified CP Specialist or a registered Professional Corrosion Engineer. This accreditation and/or registration must have been obtained in the field of CP. The services required shall include Type A (investigate), Type B (design) and Type C (construction supervision). Type A Services shall include, but not be limited to cost estimates, testing excavation, research, examinations and taking of measurements required to obtain data essential to the performance of Type B Services. Type B Services shall include, but not be limited to calculations, design, cost estimates, drawings and specifications of suitable quality and completeness for bidding by contractors. Design shall be based on the Statement of Work developed by the A-E and Government, based on the conclusions reached by exercise of the Type A Service. Type C Services shall include but not be limited to all labor, equipment, and materials required for construction, inspection, review of submittals and shop drawing, as well as evaluation of material testing required by the construction documents and normal construction practices. The contractor may be required to perform Type C Services for projects designed by another firm. This service shall be negotiated with the A-E at the discretion of the government on an optional basis. Typical projects identified, but not limited to are as follows: (1) Design of new roads and parking lots; (2) Upgrade aircraft parking apron; (3) Architectural compatibility studies; (4) Insulate various CMU buildings; (5) Design alterations to office/shop space; (6) Repair/Replace HVAC systems in Headquarters building; (7) Replace roofs, various buildings; (8) Investigate/design cathodic protection systems. All or part of these projects may be funded. The design will be based on a Government provided Project Book or Statement of Work. The following are selection criteria or significant factors in descending order of importance. (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (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 in the general geographical area of the project and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Performance period will be for 1 year with an option for an additional year. Estimated start is 1 February 1997 and completion 31 January 1998. A-E firms meeting the requirements shall submit a completed US Government A-E SF 254 and A-E Related Services Questionnaire SF 255 for this specific project within thirty (30) days of this publication along with a letter of interest identifying the project. If a current (less than one year old) SF 254 has been submitted, a letter so stating should be submitted within the above time frame to assure consideration, however, a current SF 255 is still required. The SF 254/255 submission must reflect adequate cathodic protection investigation/design capability or the submission will be considered unresponsive. This is not a Request for Proposal. A firm-fixed contract is contemplated. The proposed contract is set aside for small businesses. (309)

Loren Data Corp. http://www.ld.com (SYN# 0012 19961105\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page