Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1997 PSA#1782

Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315

C -- A-E INDEFINITE DELIVERY -- INDEFINITE QUANTITY FOR TITLE I, II & OTHER ARCHITECTURAL SERVICES AT THE UNITED STATES AIR FORCE ACADEMY SOL F0561197R0260 DUE 031197 POC Margaret Wages (719) 333-4744/Contracting Officer, John Peters (719) 333-4740 Architect and Engineering (A-E) design services for Title I, Title II, and other Architect-Engineer Services at the United States Air Force Academy (USAFA) CO for a broad variety of maintenance, repair, and new construction projects. Services required may be field investigations, recommendations, studies, reports, analysis, cost estimates, specifications, product research, record documents research, preparation of construction drawings, and presentations to coordinating agencies. Designs may require asbestos removal. Two architectural firms will be selected; one for Project 98-0100 and one for Project 98-0101. Architectural firms that meet the requirements described in this announcement are invited to submit the following: (a) Standard Form 254, Architect-Engineer and related services questionnaire; (b) Standard Form 255, Architect-Engineer related services for the specific project. A cover letter specifically addressing in sequence each of the below listed criteria shall be included with the Standard Forms 254 and 255. Criteria forming the basis for selection by two formal selection boards will include, but not be limited to, (1) Specialized Experience: Expertise of the firm in facilities and large scale academic complexes; (2) Professional qualifications of experienced key personnel and consultants; (3) Professional capacity of the firm to do the work in the required time; (4) Past performance of contracts both government and private; (5) Volume of Work: Prior DOD awards: Specifically list all DOD contracts awarded the firm for the previous twelve months to include fees; (6) Previous work at the USAFA; (7) CADD capabilities; (8) Location in the general geographical area of the project and knowledge of the locality of the project, (9) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Failure to supply data in the cover letter for criteria 1 through 9 above may result in disqualification of the firm. Based on these criteria, the USAFA Preselection Board will evaluate the field of submitting A-E firms to narrow the field to a maximum of six (6) firms determined the most highly qualified. The qualifications of these six (6) firms will be evaluated by the USAFA Final Selection Board using the same criteria and narrowed to the three (3) most highly qualified. Evaluation of these three (3) firms will include interviews at their business location by the Final Selection Board members. Upon conclusion of the evaluations, the final selection of the field of three (3) firms will be made by listing them in order of preference with the firm determined most qualified listed first. The top qualified firm will be sent a Request for Proposal (RFP) with the intent to negotiate rates. The firm selected is guaranteed a minimum of $5,000.00 in fees for A-E services. Delivery orders will be issued as projects are identified. No single delivery order or subsequent modifications may exceed $199,000.00 in fees except the initial delivery order tostart the contract. The initial delivery order may exceed $199,000.00, but cannot exceed the maximum limitation of the contract ($750,000.00/year). Performance period will be one year from date of award with two one-year options, (an additional $750,000.00 per year) if exercised. Appropriate data in response to this notice must be received thirty (30) days from the date of this notice by 11 Mar 97 at 4 PM local time. Project Managers of A-E firms must hold a professional degree and be a registered professional engineer and licensed in the state of Colorado. Title II delivery orders may involve direct consultation with construction contractors. Construction management services, as-built services and peer review services may be required of all A-Es. Submittals should include proposed sub-consultants for each major engineering discipline. This architectural open-end contract will include facility planning, maintenance, repair and construction of Academy facilities, including military family housing and the basehospital. Two contracts will be awarded from this selection process. The proposed contract is unrestricted. This is not a Request for Proposal (RFP). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0025 19970213\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page