|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1998 PSA#2089AETC CONS/LGCR 550 D Street East Ste 08 Randolph AFB, TX 78150-4434 C -- ARCHITECT AND ENGINEERING SERVICES SOL F41689-98-R-0042 DUE
060598 POC James Garred, 210-652-3838 Linda C. Bryant, 210-652-2491
WEB: AETC Contracting Business Opportunities,
http://www-contracting.aetc.af.mil/cgi-bin/afbop. E-MAIL: AETC
Contracting Squadron, garredj@rndgate1.aetc.af.mil
bryantl@rndgate1.aetc.af.mil. Title I A & B and Optional Title II C
Architectural and Engineering Design Services for an Indefinite
Delivery, Indefinite Quantity (IDIQ) Contract to include the design,
plans, drawings, cost estimates, and specifications to execute a broad
variety of maintenance, repair, minor and major alteration projects,
and new construction projects worldwide. Other A-E services may include
fact-finding studies, surveys, investigations, interior designs,
developing design criteria, and other professional A-E services.
Computer aided drafting of designs (CADD) will be required and shall be
compatible with AutoCAD 14. Final CADD materials will be formatted in
the DXF format. Projects could include, but not be limited to, DoD
military facilities for lodging, retail sales malls, exchanges,
automobile service centers, shoppettes, Nexmarts (commissaries), and
Class 6 beverage stores. An IDIQ contract will be issued for a period
of one year (approximate starting date is June 15, 1998) and will
include a two year option period. Projects will be issued by delivery
orders. Delivery orders will not exceed $299,000 with the exception of
the initial order to start the contract which may exceed $299,000, but
can be no more than the maximum one year limitation of $750,000. More
than one firm may be selected. The firms selected are guaranteed a
minimum of $5,000 in fees for A-E services. Individual negotiated firm
fixed priced delivery orders will be used against the contract.
Significant evaluation factors include: (1) recent specialized
experience in the design of DoD lodging and retail sales facilities and
commercial lodging and retail sales outlets by the professional
personnel who would be assigned to the project. Experience should
include design of heat recovery and other energy conservation measures;
(2) professional qualifications of key personnel assigned to the
projects to assure satisfactory performance of required services
including sub-consultants; (3) professional capacity of the firm 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 the schedule; (5)
contract management experience, abilities and staffing to include
ability to perform full or part-time construction inspection; (6)
knowledge of locality including familiarity with host nation
regulations for overseas locations including Europe and the Far East;
(7) volume of work previously awarded to the firm by the DoD with the
objective of effecting an equitable distribution of contracts among
qualified A-E firms; (8) firm demonstrated success in prescribing the
use of recovered materials and achieving waste reduction and energy
efficiency in facility design. Provide a list of DoD award fees
received for each award by year for the past four years. Firms desiring
consideration shall submit SF254 and SF255 within 30 days of the date
of this publication to the below address. Only SF254 and SF255 using
the Revised Edition 11-92 will be considered. No other general
notification about this announcement will be made and no further action
beyond submission of the standard forms is required or encouraged. This
is not a Request for Proposal. Submit data to: DeCA/ENDA, Attn: Mr.
Jerry Trevino, 2250 Foulois, Ste 2, Lackland AFB, TX 78236-1013.
Submittals should reference No F41689-98-R-0042 (0124) Loren Data Corp. http://www.ld.com (SYN# 0020 19980506\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|