Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 15,1998 PSA#2074

HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363

C -- OPEN-END, IDIQ CONTRACT FOR A-E SERVICES SOL F41624-98-R-8014 DUE 051898 POC Mark A. Rounsavill, Contract Specialist, (210) 536-5766 or M. R. Deaton, Contracting Officer, (210) 536-5768 ARCHITECT-ENGINEER (A-E) SERVICES FOR PREPARATION OF A VARIETY OF ARCHITECTURAL AND ENGINEERING PROJECTS AND SERVICES THROUGH AN INDEFINITE DELIVERY -- INDEFINITE QUANTITY (IDIQ) CONTRACT. SOL F41624-98-R-8014. POC Mark Rounsavill (210) 536-5766. A-E services for preparation of architectural and engineering related publications, design guides and handbooks, interior designs, facility designs, Computer-Aided Design and/or Drafting/Geographic Information System (CADD/GIS) services, landscape design, planning and urban design, and other professional services located at U.S. Air Force installations and/or occupied facilities throughout the United States and some overseas areas. The Air Force Center for Environmental Excellence (AFCEE), Brooks AFB, San Antonio, TX, is seeking qualified firms to provide A-E services under a firm-fixed price, IDIQ contract. The firm must be capable of providing and managing a team of individuals from within the firm or from subcontracts with consultants. Disciplines which may be required include architects, landscape architects, interior designers, publication writers/editors, technical writers, graphics artists, engineer disciplines typically associated with facility design and construction, cost estimators, specification writers, CADD technicians, GIS analysts, planners and urban designers. The work will pertain to typical facilities and infrastructure located on military bases and may include, but not be limited to: (a) Other Services: preparing, revising and editing Air Force Civil Engineer publications, design guides, handbooks, and tutorials; interior design; project programming (DD Form 1391s) and Requirements and Management Plans (RAMPs); renderings; installation (military base), site, utility, traffic, facility, and interior space utilization planning studies and analyses; surveys and reports including geotechnical, topographic, environmental, and hazardous material (asbestos, lead based paint, etc.); GIS graphic and non-graphical or relational spatial database generation, queries, and GIS strategic plans; CADD delivery of two and three dimensional drawings in a variety of formats for target computer systems and software applications; and landscape and irrigation design, comprehensive installation-wide master planning, visual analysis, development of grounds maintenance standards, and development of specialized landscape guidance and training tutorials; (b) Title I Services: schematic designs, design charrettes, existing building conditions plans, preparation of specifications and construction contract documents, value engineering, cost estimating, and preparation of as-built drawings; and (c) Title II Services: construction inspections, submittal reviews, site visits, preparation of operations and maintenance manuals. The total of all delivery orders per year will not exceed $750,000. Individual orders will not exceed $299,000. The A-E is guaranteed a minimum amount of $10,000 per basic year and $10,000 per each of four option years (if exercised). The term of the contract shall be for one year with four priced, one-year options. Firms that meet the requirements described herein are invited to submit a letter of interest with a Compact Disc Read Only Memory (CD ROM) of their Standard Forms (SF) 254/255 to represent the team. This procurement is open to small and large businesses and is subject to Public Law 100-656. Firms selected 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, including: (a) Recent specialized experience and technical competence in performing the type of work being sought in this synopsis; (b) Professional qualifications of the staff and consultants who will perform the actual work; (c) Recognition of design excellence through receipt of design awards; (d) Capacity of the firm to perform the work in the required time; (e) Past performance history on both DoD and other contracts in terms of quality of work, cost control and compliance with performance schedules; (f) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (sustainable design) (g) Demonstrated success in electronic publishing and website submittals, distributions, and communications with customer (firms may view AFCEE website www.afcee,brooks.af.mil/dc/Dcform.htm to view example products and tools in electronic format); (h) Geographic proximity to Brooks AFB provided there is an adequate number of qualified firms therein for consideration; and (i)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. Firms desiring to be considered must submit their responses to AFCEE/DCD, C. Darrell Campbell, 2004 Arnold Drive, Brooks AFB, TX, 78235-5361. To be considered for selection, responses (a cover letter and attached electronic file of SF 254/255 in CD ROM format) must be received (and SF 254/255 posted on firm's website with user identification and password included in cover letter) on or before 4:00 PM CDT 18 May 98. Electronic facsimile submittals will not be accepted. Questions of a technical nature may be addressed to C. Darrell Campbell at (210) 536-5483 up to the date due. After that date all inquiries shall be addressed to the Contract Specialist, Mark Rounsavill, at (210) 536-5766 (e-mail: Mark.Rounsavill@hqafcee.brooks.af.mil) or to the Supervisory Contract Specialist, Mike Deaton, at (210) 536-5768. This is not an RFP. (0103)

Loren Data Corp. http://www.ld.com (SYN# 0020 19980415\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page