|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1998 PSA#2049HSC/PKO, 8005 9th St, Bldg 625, Brooks AFB, TX 78235-5353 C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR
ARCHITECTURAL ENGINEERING DESIGN PROJECTS SOL F41622-98-R0019 POC Anna
Quinlisk/Contract Specialist (210)536-4478, Fax (210)538-3498
Contracting Officer/Paul J. Vaughn (210)536-2360 The Air Force Center
for Environmental Excellence (HQ AFCEE), Brooks AFB, San Antonio, TX is
seeking qualified firms to provide Architect Engineering (A-E)Services
under a firm-fixed price, indefinite delivery-indefinite quantity
(IDIQ)contract involving new civil engineering planning, design and
studies for proposed and existing Military Family Housing (MFH)
facilities. These projects will primarily be located at US Air Force
installations in Guam and Hawaii, but may also cover other locations
within the Pacific theater. The firm must be capable of providing and
managing a team of individuals from within the firm or from
subcontracts with consultants. The anticipated work may include; but
not be limited to the following: (A) Planning Services: Installation
(Military Base), site utility, infrastructure, traffic and facility
planning studies and analysis; (B) Title I Services and surveys,
geotechnical analysis and reports, topographic surveys and reports,
investigation of existing building conditions, environmental surveys
and studies, hazardous material (asbestos, lead based paint, etc.)
surveys and studies, schematic design, design development, value
engineering, cost estimating, and the preparation of specification and
construction contract documents; (C) Title II Services: Construction
surveillance and inspections, review of submittals, site visits,
consulting services during construction preparation of operations and
maintenance manuals, and preparations of as-built drawings, and other
duties as may be determined necessary to the successful completion of
the contract. The selected engineering firm will be expected to work
closely with AFCEE and installation project managers. The total of all
delivery orders per year will not exceed $1,500,000. Except for the
initial delivery order, all subsequent orders will not exceed $500,000.
The A-E is guaranteed a minimum amount of $10,000 for the basic year
and each option year (if exercised). The term of the contract shall be
for one year with priced options forfour (4) subsequent years. Firms
that meet the requirements described in this announcement are invited
to submit a letter of interest and complete Standard Forms 254/255 to
represent the team. Submission of office brochures is encouraged only
to the extent that they substantiate work described on the Standard
Forms 254/255. Selection of firms for negotiation shall be through an
order of preference based on demonstrated competence and qualifications
necessary for the satisfactory performance of the type of professional
services required, that include: (1) Recent specialized experience and
technical competence in performing the type of work being sought in
this synopsis; (2) Professional qualifications of the staff and
consultants that would perform the actual project work; (3) Capacity of
the firm to perform the actual project work; (3) Capacity of the firm
to perform the work in the required time; (4) Past performance history
on both DoD and other contracts in terms of quality of work, cost
control and compliance with performnace schedules; (5) Geographic
proximity to the areas listed above; (6) Volume of work previously
awarded to the firm by the DoD with the objective of effecting an
equitable distribution of DoD A-E contracts among qualified firms.
Volume of DoD fees in the last 12 months shall be included in the
submittal; (7) Demonstrated success in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design. Responses must be received before 4:00 P.M. CST 30
calendar days from date of publication (first workday following a
weekend or Federal Holiday) to be considered for selection. Submittals
should be sent to AFCEE/DCH, Attn: Ms. Loretta Manly, 8004 Arnold
Drive, Brooks AFB, TX 78235-5361. This is not an RFP. (0068) Loren Data Corp. http://www.ld.com (SYN# 0018 19980311\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|