Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1997 PSA#1856

81 CONS/LGCC, 200 Fifth Street, Suite 102, Keesler AFB MS 39534-2103

C -- INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES TO SUPPORT THE BASE CIVIL ENGINEER FOR USAF PROJECTS AT KEESLER AFB MS AND THE LOCAL GEOGRAPHICAL AREA SOL F22600-97-R-0041 POC SrA Kevin Newton, (601) 377-1827 / Robert Winland, Contracting Officer, (601) 377-3642 E-MAIL: Click here to contact the Contract Specialist via e-mail., newtonk@keegate1.kee.aetc.af.mil. The 81st Civil Engineer Squadron, 508 "L" St, Keesler AFB, MS, 39534-5000, requires A-E services for the design of minor construction, revitalization, repair, lead and asbestos abatement and maintenance on facilities considered to be either industrial, commercial, institutional, or residential type. Services will include, but not limited to: Title I, Type A, consisting of (a) performing field surveys, investigations, inspections, data collection and life cycle cost analysis as necessary to support the design phase; and Type B, consisting of accomplishing a complete design based on the Government Statement of Work for all projects including engineering calculations and design analysis, technical specifications produced in Microsoft Word format, detailed drawings produced in Autocad R12 Dwg format and utilizing the Keesler AFB Standard Layer Structure, and cost estimates for use in competitive bidding by contractors. Prospective A-E firm will be evaluated in accordance with the following criteria, which are listed in descending order of importance. Selected A-E will best meet these qualifications: (1) Professional qualifications and experience necessary for satisfactory performance of required architectural and engineering services; (2) Specialized experience and techincal competence in the design of small to medium ($0 to $3,000,000 construction cost) projects for minor construction, revitalization, repair, lead and asbestos abatement and maintenance on facilities considered to be either industrial, commercial, institutional, or residential type; (3) Capacity of firm to accomplish work in the required time; (4) Past performance on all projects in terms of cost-control, quality of work and compliance with performance schedules; (5) Location of firm within the geographical area (within 100 miles) of the base and knowledge of the locality of the base; (6) Volume of work previously awarded to firms by the DoD with the objective of effecting equitable distribution of A-E contracts among qualified A-E firms, including small, small-disadvantaged firms, and firms that have not had prior DoD contracts during the previous 12 months; and (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Firms responding to this announcement must submit a current SF 254 and SF 255. Firms must also submit a SF 254 for each and all consultants scheduled for participation. Additionally, A-E must submit a certification to reflect whether they are a large, small, small-disadvantaged or a woman-owned business (Standard Industry Code for this acquisition is 8712 with a size standard of $2,500,000). Firms failing to submit any of the aformentioned data will not be given further consideration. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) each, one (1) year options for the same basic professional skills, contract terms and conditions. A minimum of $5,000 in Task Order(TO) fees will be guarenteed for the duration of the contract. A maximum of $500,000 in TO fees is possible during each 12 month period, not to exceed $1,500,000 in three years. No single TO will exceed $299,000 in total fee, except that the initial TO for the Basic Period may exceed $299,000. Multiple contract awards are considered from this announcement. Type of contract: Firm-Fixed Price. One copy of all the SF 254s and the SF 255 with business certification is to be received in this office no later than the 30th day after the appearance of this announcement in the CBD. Late responses will be handled in accordance with FAR 52.215-10. Facsimile responses will not be accepted. Should the due date fall on a weekend or holiday, the SFs will be due on the first working day thereafter. (0148)

Loren Data Corp. http://www.ld.com (SYN# 0020 19970530\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page