|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1997 PSA#186721 CONS/LGCC 700 Suffolk St Peterson AFB CO 80914-1200 C -- OPEN END ARCHITECT-ENGINEER (AE) TITLE I, TITLE II, AND OTHER AE
SERVICES DUE 072197 POC Allen B. Elliott, Contracting Officer, (719)
556-4713 and Cheryl Middleton, Contract Specialist, (719) 556-9381 Open
end Architect-Engineer (AE) Title I, Title II and other AE services at
Peterson Air Force Base, Colorado and 30 geographically separated
units worldwide for a broad variety of maintenance, repair and
construction projects. AE services required may include field
investigations, recommendations, studies, reports, lifecycle cost
analysis, cost estimates, specifications, product research, record
documents research, preparation of construction drawings and
presentations to coordinating agencies. Designs may requireasbestos and
lead based paint abatement. It is anticipated that at least the
following disciplines will be requires: architecture, interior design,
site planning, civil, landscaping, structural, mechanical, electrical,
roofing, seismic, sanitary, fire protection, corrosion control, soils,
Radio Frequency Interference (RFI) and Electromagnetic Pulse (EMP)
shielding, Energy Management Control System (EMCS) and Heating,
Ventilation, Air Conditioning (HVAC controls, power distribution and
construction inspection. Project managers of AE firms and their
consultants must hold a professional degree and be licensed
professional engineers or registered architects. Multiple indefinite
delivery, indefinite quantity (IDIQ) contracts are anticipated through
this announcement. It is anticipated that at least one contract will
be awarded for each of the following: (a) Architectural/Civil, (b)
Mechanical/Electrical and (c) General Discipline Services. The
Architectural/Civil contract will include facility planning, design of
maintenance, repair and construction work for Air Force facilities and
military family housing, site work, pavements, roofing and structural
work. The Mechanical/Electrical contract will include the design of new
mechanical and electrical system, utilities, substations, distribution
networks, heat plants and control systems. The General Disciplines
services contract will include all of the types of work and disciplines
listed in the Architectural/Civil and the Mechanical/Electrical
servicescontracts. All three contracts may require all the disciplines
listed above. AE firms which meet the requirements desribed in this
announcement are invited to submit the following in original and one
copy for those contracts for which they wish to be considered: (A)
Standard Form 254, Architect-Engineer and Related Services
Questionnaire, (B) Standard Form 255, Architect-Engineer and Related
Services Questionnaire for Specific Project. Interested firms must
ensure their submittals clearly indicate the contracts for which they
wish to be considered. Firms may vie for any or all of the contracts in
this announcement. Include with the Standard Forms 254 and 255 a cover
letter specifically addressing each of the below listed criteria in
sequence. The evaluation criteria for selection in relative order of
importance are: (1) Specialized experience and technical competence for
the type of work required; (2) Professional qualifications necessary
for satisfactory performance of the required services; (3) Professional
capacity, experienced in-house personnel to accomplish the work in a
timely manner; (4) Past performance on contracts with Government
agencies and private industry in terms of (a) cost control and cost
estimating ability as demonstrated by comparison of cost estimates to
low bids, (b) the quality of the work as well as the quality control
program used to ensure accuracy by number of addenda and change orders
required, and (c) compliance with design schedules; (5) Previous work
in the 21st Space Wing Complex; (6) Volume of work previously awarded
to the firm by DOD including the volume of subcontracts awarded by the
firm to Historically Underutilized Small Businesses and Women-Owned
Small Businesses (Note: Contracts awarded as result of this
announcement will contain FAR clause 52.219-8, Utilization of Small,
Small Disadvantaged, and Women-Owned Small Business Concerns, which
requires prime contractors to use these business categories for
subcontracting opportunities to the maximum practicable extent);
(7)Demonstrated success in prescribing the use of recovered materials
and achieving waste reductions and energy efficiency in facility design
and repair; (8) Computer capabilities -- all design drawings prepared
for these contracts must be produced on the AutoCADD system, version
12; specifications shall be written using Microsoft Word for Windows,
version 6.0, and cost estimates shall be prepared using Microsoft
Excel, version 5.0. Computer capabilities shall also include the
ability to place drawings and specifications in a format suitable for
the use in electronic advertising. The selection criteria carry the
following weight; criteria 1 and 2 are of equal weight and greater than
criteria 3 through 8, criteria 3 and 4 are of equal weight and greater
than criteria 5 through 8, criteria 5 through 8 are of equal weight.
Failure to provide information criteria 1 through 8 above may result in
disqualification fo the firm. The top three firms chosen by the final
selection board for each contract will be required to participate in a
personal interview and make a technical presentation to the final
selection board. The interview and presentation will occur at Peterson
Air Force Base, Colorado. Delivery order against the IDIQ contracts
will be issued as projects are identified. No delivery order may exceed
$299,000.00 in fees. An exception to this limitation is the initial
delivery order to start the contract. This delivery order may exceed
$299,000.00, but can be no more than the maximum limitation of the
contract ($750,000.00 per year). The contract period will be for one
year with a maximum of $750,000.00. The Government may, at its option,
extend the term of the contract for two additional one year periods at
$750,000.00 per year. There is a minimum fee guarantee of $5,000.00 for
the initial year of the contract. No minimum fee guarantees are
included in the options periods. This is not a Request for Proposal
(RFP). Responses and submittals must be received before 2:00 P.M.,
Mountain Time, on July 21, 1997. Faliure to complete the Standard
Forms, provide the additional information requested, or to provide such
information and submittal on or before the specified time may result in
disqualification of the firm. IMPORTANT NOTICE: The Department of
Defense (DOD) has established the Centralized Contractor Registration
(CCR). This one registration point will allow a contractor to be
registered with all contracting units. Local contracting offices
throughout the world may interact with the CCR database to pull
information regarding contractor's business. A proposed DOD Federal
Acquisition Regulation (FAR) rule will require all Government
vendors/contractors to be registered in the CCR prior to receiving an
award sometime in the near future. For the reason we encourage you to
register now. To register in the CCR, you may use any one of the
following methods: (1) Telephone: 1-800-EDI-3414, (2) E-Mail:
dodedi@acq.osd.mil, (3) Internet:
http://ccr.edi.disa.mil/ccr/cgi-bin/welcome.pl, (4) Address: Electronic
Commerce Office, Attention: Electronic Commerce Information Office,
5111 Leesburg Pike, Suite 9104, Falls Church, Virginia 22041. (0162) Loren Data Corp. http://www.ld.com (SYN# 0024 19970616\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|