|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1996 PSA#174847th Conracting Squadron, 171 Alabama Ave, Laughlin AFB, TX 78843-5102 R -- ARCHITECTS-ENGINEER SERVICES SOL F41685-97-R0008 DUE 010397 POC
Juanita Rodriguez, (210)298-5608 or Juanita Vasquez, (210) 298-5115
Correction. This action originally publicized in the CBD dated 11/29/96
and amended on 3 Dec 96 and 10 Dec 96. The following replaces synopsis
previously issued. Title I and Title II SERVICES FOR ARCHITECT, CIVIL,
MECHANICAL AND ELECTRICAL PROJECTS at Laughlin AFB, TX to be used under
this contract are required. Computer Aided Design and Drafting (CADD)
capability and compatibility with Auto CADD Release 13 and capability
to digitize existing drawing for CADD use are also required. Delivery
Orders will consist of but not limited to: (1) Making Technical
Studies, Analysis, Surveys, Investigations, and Reports (2) Planning of
Site Developments and Installations (3) Supervising and Inspecting
Maintenance, Repair and Construction Projects and (4) Performing the
necessary supervision and coordination of all phases of A-E work. One
indefinite quantity contract will be awarded. The relative order of
importance of the criteria to be used to evaluate and select the A & E
firm is as follows: (1) Specialized experience: Firm's specialized
experience in the type work required, prior design projects completed
by the firm in the discipline under consideration, how the completed
facilities have functioned, if the firm's experience is compatible with
project requirements, must demonstrate CADD capability and
compatibility with Auto CADD Release 13 and capability to digitize
existing drawings for CADD use. (2) Professional qualifications: The
staff's professional qualifications, the experience and training of key
personnel on the A-E firm's staff, the type and quality of projects the
staff has previously been involved with, the staff's creative and
imaginative abilities, (3) professional capacity: Firm's professional
capacity to accomplish the work within the required time frame, (4)
Past Performance: Firm's last performance in executing DOD and other
contracts, both government and private, (5) Location: Location of the
firm in the general geographic area of Laughlin AFB, although all firms
responding to the synopsis will be considered, (6) Volume of Work:
Volume of Work previously awarded to the firm by DOD, small and small
disadvantaged business firms, and firms that have not had prior DOD
contracts. In addition, consideration will be given to the 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 (7)
Recovered Materials: Firm must demonstrate success in prescribing the
use of recovered materials and achieving waste reduction and energy
efficiency in facility design. In addition to the above, each firm will
indicate as selected consultants to include but not limited to the
following design disciplines: (A) Architectural including Landscape
Architects, (B) Civil Engineer (General plus Airfield Design), (C)
Structural, (D) Mechanical (Primarily HVAC and Plumbing), (E)
Environmental (Hazardous Waste Identification and Design), and (F)
Electrical (Building Design, Electrical Lighting and Underground
Distribution. Either through consultants, joint ventures or complete
In-House Capability of the listed design disciplines is acceptable.
Contractor is guaranteed a minimum of $5, 000.00 in fees. The initial
order issued against this contract may exceed $299, 000.00. Each order
after the initial delivery order shall not exceed $299, 000.00. Fees
under a particular indefinite delivery quantity contract may not exceed
$750, 000.00 for any year or option period. Accomplishment time for the
contract is 365 days with one-year option period. This project is open
to small and large business firms. Those desiring consideration shall
submit a Standard Form 254 and Standard Form 255 to 47th Contracting
Squadron, Attn.: Juanita Rodriguez, 171 Alabama Ave., Bldg 7, Laughlin
AFB, TX 78843-5102, no later than 3 Jan 97. This is not a request of
proposal. (0355) Loren Data Corp. http://www.ld.com (SYN# 0068 19961224\R-0007.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|