Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1997 PSA#1959

Phillips Laboratory/PKO, Directorate of Contracting, Operational Contracting Division, 2000 Wyoming Blvd SE, Kirtland AFB, NM 87117

C -- ARCHITECT-ENGINEER SERVICES, TECHNICAL, KIRTLAND AFB NM SOL F29650-98-R0002 and F29650-98-R0003 DUE 120197 POC Ms Vicky Anderson, Contracting Officer, (505)846-4000 Architect and Engineering Services, Technical. The 377 CEG, Engineering Division, Kirtland AFB, NM 87117-5663 has requirements for two (2) Architect-Engineer (A&E) contracts for FY98 and FY99. The Standard Industrial Classification (SIC) Code is 8712 and the Size Standard is $2.5M. Typical work will primarily be specialized, highly technical, engineering projects. Each A-E firm or joint venture must have: (A) Architectural experience in planning, programming, comprehensive interior, and landscape design, and design of new and/or alterations and modifications of area sector plans, existing facilities, and new facilities. Also included is preparation of study/design presentations to include brochures, slides, & narratives, sketches, and renderings. (B) Civil, Structural, and Traffic Engineering experience in structural systems of all types, hydrology, hydraulics, and surveying. Analysis and design of new systems and/or alterations and modifications to existing roads and road geometry, bridges, paving, parking, aircraft aprons/taxiways, and underground utilities. (C) Electrical Engineering experience in analysis to include, but not limited to, load flow analysis and short circuit/fault coordination studies. The A-E must also have the capability for design of new systems and/or alterations and modifications to existing interior and exterior (including transmission and distribution) electrical systems and equipment, communications systems (e.g., telephones, local area networks, and computer networks), and fire and security alarm systems. (D) Mechanical Engineering experience in analysis and design of new systems and/or alterations and modifications of existing HVAC, controls, plumbing, and fire protection systems. (E) Environmental Engineering experience in analysis and design of new and/or alterations and modifications of existing environmental systems to insure compliance with local, state, and federal regulations and laws (e.g., asbestos and lead based paint surveys & abatement requirements, Resource Conservation Recovery Act, Clean Air Act, Clean Water Act, etc.). (F) Corrosion engineering includes, but is not limited to, design of cathodic protection systems and other appropriate measures to preserve materials subject to corrosion. Cathodic Protection (CP) designs must be performed by a National Association of Corrosion Engineers (NACE) accredited corrosion specialist; NACE certified CP specialist, or a registered professional corrosion engineer. Some projects may be required to be designed and constructed entirely in metric units. These projects will be firm fixed price indefinite-quantity, indefinite-delivery type contracts for a basic year with one 1-year option. Only firms located in New Mexico will be considered for selection with preference given to firms within the local commuting area. Preference will also be given to firms having the required capability within their organizations. IBM compatible Microsoft Word 6.0 and DOS based AutoCad Release 12 is necessary. The maximum award per year per contract is $750,000 and the maximum per individual order is $299,000 with the exception of the initial order to start the contract. The initial order may exceed $299,000. Selected firms must be familiar with Air Force manuals, pamphlets, and regulations, national building, mechanical, plumbing, electrical, Uniform Federal Accessibility Standards, Americans with Disabilities Act, and life safety codes. Successful firms will also be given standards used at Kirtland AFB. Time allocations for investigation and design of projects are established based on complexity of each project. Design fees are limited to six percent of the individual construction cost estimate. Significant evaluation factors include: (1) Specialized experience of the firm in the type of work required; (2) Professional qualifications and availability of key staff personnel and consultants to be assigned to the projects; (3) Professional capacity of the firm to accomplish the work within the anticipated schedules; (4) Past performance of the firm with respect to their execution of DoD and other contracts, both government and private; (5) Quality and cost control of work on past projects; (6) Staff's creative and innovative design capability including design awards; (7) Volume and dollar value of prior DoD awards based on design fees only. (8) Familiarity with metric system and ability to design in metric units. (9) Capability to provide inspection services for construction. Firms desiring consideration must submit one set of Standard Form 254 (Architect-Engineer and Related Services Questionnaire), Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project), including a statement indicating whether the firm is an 8(a) certified business, a small disadvantaged business (SDB), a small business (SB), a large business, and/or a woman-owned business, plus a one page summary of their experience with the metric system, their familiarity with metric, and their ability to design in metric units to the Engineering Division, 377 CEG/CEC, Attention: Mr. Vince Montoya, 2050 Wyoming Blvd SE, Kirtland AFB, NM 87117-5663. Only responses received by 01 Dec 97 will be considered. This is not a request for proposal. No other general notification for these contracts will be made, and no further action beyond submission of the standard forms and the one-page summary is required. An Ombudsman has been appointed to hear concerns from offerors or potential offerors. The purpose of the Ombudsman is not to diminish the authority of the Program Director or Contracting Officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel in the pre-proposal phase of competitive, negotiated acquisitions. Before contacting the Ombudsman, potential offerors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the Ombudsman at the Phillips Operating Location of the Air Force Research Laboratory (AFRL), Mr. Bruce Grunsten, Chief, Mission Support Division (PL/PKM), at 505/846-8273, or at 2251 Maxwell Avenue SE, Kirtland AFB NM 87117-5773. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. For contracting issues please contact the Contracting Officer, Ms. Vicky Anderson, at 505/846-4000. For technical issues, please contact the Project Officer, Mr. Vince Montoya, at 505/846-7418. (0296)

Loren Data Corp. http://www.ld.com (SYN# 0009 19971027\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page