Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1997 PSA#1902

USPFO FOR MICHIGAN, CONTRACTING OFFICE, 3111 W. ST. JOSEPH ST., LANSING MI 48913

C -- INDEFINITE DELIVERY MULTI-DISCIPLINARY, COMBAT READINESS TRAINING CENTER, ALPENA, MI SOL DAHA20-97-R-0004 DUE 082797 POC Contract Specialist Brenda Outman, Contract Spec (517) 483-5926 (Site Code W56LS9) Perform Type "A", "B", and "C" Architectural and Engineering services. These services will be required for an undetermined number of projects of varying size and complexity. The various types of projects will generally include paving projects ranging from parking lots to runways and will include new construction and repair of existing; repair/replacement of boiler and hydronic heating systems; electrical distribution system repairs and modifications; various types of facility rehabilitation projects; possibly some facility additions; and some new facility construction, etc. The range of estimated project construction costs may vary from $5000 to $5,000,000. Individual delivery orders will be limited to $300,000. The total of all orders under each individual contract period shall not exceed $1.5 million per year. Request qualified Architect-Engineer consulting services to perform Type "A" (investigative), Type "B" (design), and option for Type "C" (construction surveillance and inspection) services for the above described range of projects. Type "A" Services shall include but not be limited to making investigations, collecting data, performing analyses, making presentations and conducting other fact finding studies as might be necessary to support the design of the system project. This shall include making economic feasibility studies and developing scopes fo programmed projects., Type "B" Services shall include engineering calculations and analyses, complete design, statements of probable cost, complete detailed construction documents fo such quality and completeness as to be competitively bid by contractors. Type "C" Services (option exercised at the time of project construction) shall include all personnel, equipment and materials necessary to perform all material data and shop drawing reviews, complete construction compliance inspection and material testing as required in the construction documents. A-E selection will be based on the following criteria listed in order of importance as listed: 1. Professional Qualifications; The qualifications of the individuals which will be used for these services will be examined for experience and education. The specific disciplines which will be evaluated are Civil, Mechanical, Electrical, Structural, Environmental Engineers, Architects, Estimators, Specifications writers, Surveyors, and Draftsmen. 2. Specialized Experience; Since this contract is expected to incorporate a wide range of various types of projects, the experience of the firm and its' consultants in a multitude of project types will be evaluated. Specific experience with HVAC design, paving design, fire detection and suppression system design, roofing designs, electrical system designs, knowledge of the locality and facility rehabilitation designs will be evaluated. 3. Capacity to Accomplish the Work; No unreasonable design deadlines are anticipated, however, the general work load and staffing capacity of the design office will be evaluated. The firm's ability to respond to the needs of he client especially in performing site investigation and in determining the customer's needs will also be evaluated under this category. 4. Past Performance; The past performance of the firm on project for government (federal, state, local) agencies and private concerns will be examined. 5. Location; The geographic proximity of each firm to the Alpena CRTC will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. 6. Volume of DOD Work; The volume of DOD work the A-E firm was awarded during the past year will be examined. The A-E is requested to identify this information on the SF 254. Absence of this information could impact the evaluation. Architect-Engineer firms which meet the requirements described in this announcement and wish to be considered for selection are invited to submit to the Contracting Officer within thirty calendar days (inclusive) of the date of the appearance of this announcement in the CBD the following documents: A complete Standard Form (SF( 254, U.S. Government Architect-Engineer Questionnaire. If a current (less than one calendar year old) SF 254 has been previously submitted to the Base Civil Engineer's office then it is not mandatory to resubmit. However, a letter stating that a current SF 254 is on file and that the firm is interested in being considered for the project must be submitted within the prescribed time frame to assure consideration. A SF 255, Architect-Engineer and Related Services Questionnaire for this specific project. Firms with more than one office must indicate on the SF 255 the office out of which the work will be performed and the staffing composition of that office. Also, firms responding to this announcement must state in Block # 5 on page 3 of their SF 255 the size status of their firm. Three copies of all forms must be submitted to the following address: USPFO FOR MICHIGAN, Attn: Contracting, 3111 W. St. Joseph Street, Lansing, MI 48913- 5102. Technical questions may be directed to the office of the Base Civil Engineer by calling (517)354-6495 between 7:45 am and 4:30 pm EST. The Government proposes to enter into firm fixed price delivery orders for these services under this contract. Estimated start date for these services is June 1998. This is not a request for proposal. This project is open to large as well as small business firms (unrestricted). This contract will be written for an initial performance period of one year and will include an option for a renewal for one additional year. The SIC is (0213)

Loren Data Corp. http://www.ld.com (SYN# 0028 19970805\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page