|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1997 PSA#1766USPFO For Maryland, 301 Old Bay Lane, Purchasing & Contracting, SMR,
Havre de Grace, Maryland 21078-4094 C -- ARCHITECT/ENGINEER INDEFINITE DELIVERY CONTRACT SOL
DAHA18-97-R-0002 POC Mike Robinson, (410) 278-8475, Contracting
Officer. Scope of work consist of Architect-Engineer Type A
(Investigative & Concept), Type B (Design) and Type C (Inspection
Services) for the design of miscellaneous projects on an
indefinite-delivery type contract. Delivery orders may consist of a
number of alteration, construction and repair & maintenance projects
involving a wide range of multi-discipline design expertise. Type A
services include investigations, collecting data and other such fact
finding studies necessary to support the design of various projects at
Martin State Airport, 2701 Eastern Boulevard, Baltimore, Maryland.
Type B services (optional) shall include engineerlng calculations and
analyses, complete design, statement of probable cost and construction
contract documents completed in sufficient detail so as to be
competitively bid by contractors. Special design considerations shall
include interior design, acoustical/noise attenuation treatment, energy
conservation features and fuel facilities. Type C services (optional)
include all personnel, equipment and material necessary to prepare all
material data and shop drawing reviews and compliance on-site
inspections. Type C services under this option, if exercised, will not
commence until the construction project starts. The indefinite
delivery contract will not exceed the maximum cumulative fee of $~1.5
million per year with each delivery order not exceeding $300,000.00.
The contract will contain a minimum guaranteed fee of $5,000.00 with a
contract term of one year from date of award with one option to extend
the contract for one additional year. Initial projects identified for
the Maryland Air National Guard are OWS & Outfall Channel Repairs,
Repair Trim Pad, Add/Alter POL Facility and Roof Repairs, Multiple
Facilities. Firms which meet the requirements described in this
announcement and wish to be considered for selection are invited to
submit their current Standard Form (SF) 254 and SF 255 to Charles M.
Robinson, Contracting Officer, USP&FO For Maryland, Purchasing &
Contracting Division, 301 Old Bay Lane, State Military Reservation,
Havre de Grace, Maryland 21078-4094 within 30 calendar days from the
date of this announcement. The Government may place delivery orders for
the development of project books/statements of work under this
contract. Firms will be ineligible to compete for the A-E design
contracts for which they have developed the project book and/or
statement of work. If a large business is awarded this contract a
subcontracting plan may be required in accordance with FAR 19.7.
Prospective A-E firms will be evaluated on the criteria listed below in
relative order of importance: (1) Professional qualifications; the
project team disciplines should include Architectural, Civil,
Electrical, Mechanical, Structural & Environmental. The qualifications
and experience of the team members will be evaluated; therefore, the
anticipated design team should be identified; (2) Specialized
experience and technical competence in the type of work required; (3)
Capacity to accomplish work in the required time; (4) Past performance
on contracts with government agencies and private industry in terms of
cost control, qualit~y of work, and compliance with performance
schedules. A-E firm should list previous work accomplished for Air
National Guard units during the past 5 years; (5) Location in the
general geographical area of the project and knowledge of the locality;
(6) Demonstrated success in prescribing the use of recovered materials
and achieving waste reduction and energy efficiency in facility
design; (7) The volume of work awarded by DOD agencies during the
previous 12 months; (8) Superior Performance evaluations on recently
completed DOD contracts; and (9) Teaming arrangement and joint venture
relationships with small businesses, small disadvantaged businesses
and minority institutions. A final selection order of preference shall
be determined by a voting board after providing A-E firm with the
opportunity to make a presentation and further examination of
qualifications. Technical questions, in relationship to design
projects, may be directed to the Assistant Base Civil Engineer, 1LT
Craig Bradford, Commercial, (410) 780-8537. All other questions will be
directed to the Contracting Officer. The contract award date is
anticipated on/around 01 May 97. This acquisition is unresticted as to
business size. SIC is 8712. This is not a request for proposal. ~~
(0017) Loren Data Corp. http://www.ld.com (SYN# 0012 19970122\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|