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