Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1996 PSA#1748

ACC CONTRACTING SQUADRON, 227 HUNTING AVE, SUITE 301, LANGLEY AFB, VA 23665-2771

C -- ARCHITECT AND ENGINEER SERVICES POC TSgt Bowers, Contract Manager (757) 764-4187 ext. 139; Helen Vaughn, Contracting Officer ext. 133. E-MAIL: Contact Contracts Manager for any questions., bowersj@acccons.langley.af.mil. Architect-Engineer services are required for award of an Indefinite Delivery Indefinite Quantity type contract for infrastructure maintenance, repair, and construction projects, studies, surveys, engineering evaluations, and training requirements at sites and locations throughout the United States and overseas locations in support of Air Combat Command. Site locations include, but are not limited to, the United States, Panama, Azores, and Southwest Asia. The contracting officer may elect to award multiple contracts from a single synopsis (if elected no more than two awards will be made). The contract will cover a one year basic ordering period with two one year option periods. Delivery Orders, which will be firm fixed price, may be issued on an as required basis for one year from the award date of the contract with a two year option. Total fees will not exceed $750, 000 for each year, with no individual delivery order to exceed $299, 000. Total fees of $5, 000 are guaranteed in the basic year only. Services include surveys, studies, design, construction inspection, installation inspection, and training requirements for various infrastructure projects and programs. Required engineering disciplines include civil, electrical, mechanical, fire protection with supporting architectural and structural. Work includes, but is not limited to, design development of plans, drawings, specifications and cost estimates for contract accomplishment, studies, investigations, training, and services. The successful firm is expected to have the capability to perform 80% or more of the contracted services using their in-house personnel. A-E evaluation factors will include (in order of importance): (1). Specialized experience in renovation, upgrade, repair and construction of commercial and industrial facilities (specifically their supporting infrastructure systems), to include investigation of Pavement Defects and Deficiencies, Airfield Pavements Surface Effects Testing, Pavement Condition Surveys (Airfield, Streets, and Parking Lots), Airfield Pavements Evaluation, Airfield Mission Change Impact Studies, Pavement Drainage Studies, Aircraft Refueling Systems (Dispensing and Storage) Studies, Railroad Trackage Maintenance Repair and Re-Construction Studies, Base Roofing Surveys, Roof Maintenance, Repair, and Replacement Projects, Oversight of Aircraft Arresting System Construction, Electrical Distribution Studies, Fire Protection System Evaluations, Life Safety Studies, Fire Hazards Analysis, Indoor Air Quality Surveys, Water Pressure/Flow Analysis, Water and Sewage Treatment Studies, Water Supply and Conservation Studies, Cathodic Protection System Evaluation, Troubleshooting and Design, Unforeseen Infrastructure Studies, and providing training programs for various infrastructure areas such as Corrosion Control, Radio Fire Alarms, Direct Digital Controls, Roof Surveys, NFPA code, NEC code, American Petroleum Institute Tank Inspection, Industrial Water Treatment, etc. (2) Professional qualifications necessary for satisfactory performance indicated by education, experience, registration and management ability of personnel to be assigned to this contract. Based on anticipated requirements, firms must indicate their professional capabilities and staff availability in the areas of civil engineering, electrical engineering, mechanical engineering, fire protection engineering, estimating, specification writing, construction inspection, and drafting support. (3) Capacity of the firm to accomplish delivery orders in the time required during the entire contract period. (4) Location of the firm from Langley AFB, Hampton VA, in range of: within 40 miles, between 40 and 100 miles, and beyond 100 miles. (5) Experience of the firm with respect to renovation and construction work on Department of Defense contracts primarily, with less weight given to performance on contracts with private industry. (6) Licensing or agreements to operate in the following countries: Panama, Azores, and Southwest Asia. This is not a request for proposal. Response by submittal of 2 copies of Standard Forms 254 and 255 must be received no later than 4:30 p.m. EST, 28 Jan 97. Firms desiring consideration shall submit appropriate data as described in Numbered Note 24. Submittals must be sent to ACC CONS/LGCE, Attn.: TSgt Bowers, 227 Hunting Avenue, Suite 301, Langley AFB VA 23665-2771. (0355)

Loren Data Corp. http://www.ld.com (SYN# 0019 19961224\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page