|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1998 PSA#2034USPFO for North Dakota, Attn: AGND-PFO-PC, P.O. Box 5511, Bismarck,
North Dakota, 58506-5511 C -- ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY CONTRACT DUE
032598 POC Contact Capt Ron Solberg, Base Civil Engineer, 701-241-7210;
CPT Scott Boespflug, Supervisory Contract Specialist, 701-224-5204; CPT
Nate Erstad, Contract Specialist 701-224-5972; or MSgt Dallas Eckholm,
Contract Specialist; 701-224-5190 Architect-Engineer (A-E) Services,
Indefinite Delivery Contract for the North Dakota Air National Guard
(NDANG), Hector IAP, Fargo, North Dakota. This is an "open-end" A-E
contract in which specific delivery orders will be negotiated and
issued as project requirements are identified. In addition to the
NDANG, projects may include work for the North Dakota Army National
Guard (NDARNG) as required. The contract will have a maximum cumulative
yearly fee limit of $1,500,000.00, a minimum guarantee of $5,000.00,
and a contract time limit of 1 year from date of award with an option
to extend for 1 additional year. The A-E firm maybe required to perform
structural, mechanical, electrical, civil, and environmental decisions
for construction and alteration of multi-use facilities and base
utilities/pavements. No single project (delivery order) shall exceed
$300,000.00. The A-E services may require investigative and concept
(Type A) services; design (Type B) services; and construction (Type C)
services. It may also be the government's intent under this contract,
to place orders for the preparation of project books/statement of work
for separate projects. In this instance the A-E would then be
ineligible to compete for the design contract for which they have
developed the project book and/or statement of work. A-E selection
criteria shall include in order of importance: (1) Professional
qualifications necessary for satisfactory performance of required
services; (2) Specialized experience and technical competence in the
type of work required; (3) Capacity to accomplish the work in the
required time; (4) Past performance on contracts with government
agencies and private industry in terms of cost control, quality of
work, and compliance with performace schedules; (5) Location in the
general geographical area of the project and knowledge of the locality
of the project; (6) Demonstrated success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility design; and (7) Acceptability under other appropriate
evaluation criteria. Negotiations will be conducted for houly rates for
each discipline required, overhead, profit and other cost elements
which are particular to the contract. Upon award, negotiations for each
specific delivery order shall be conducted on the A-E effort involved.
A-E firms which meet the requirements described in the announcement
are invited to submit the following: (1) a complete SF 254, U.S.
Government Architect-Engineer Questionnaire. (2) A SF 255,
Architect-Engineer and Related Service Questionnaire for this specific
project. Receipt must be within 30 calendar days of this publication
in order to be received and considered for selection by this office.
The completed SF 254's and 255's shall be submitted to the following
address: USPFO for North Dakota ATTN: AGND-PFO-PC P.O. Box 5511
Bismarck, ND 58506-5511. (0044) Loren Data Corp. http://www.ld.com (SYN# 0023 19980218\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|