Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1997 PSA#1867

21 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