|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1998 PSA#2098USPFO for Rhode Island, Attn: RIPFO-PC, 330 Camp Street, Providence, RI
02906-1954 C -- AE ARCHITECT ENGINEER SOL FQCOBE-8127-0100 POC Contract
Specialist MSGT DENA KIST (401) 457-4222 or Contract Specialist RICHARD
MAGUIRE (401)-457-4244 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 DAHA37-98-R-0003. The potential projects will require
multi-disciplined engineering services for various commercial or
industrial type facilities and aviation related structures at various
Rhode Island National Guard locations. Services may include, but are
not limited to, preparation of designs, plans, drawings, life-cycle
cost analysis, construction cost estimates, project specifications,
fact-finding studies, surveys, investigations; other professional A-E
services not necessarily connected with a specific construction
project, and supervision/inspection of projects under construction. The
proposed contract will be for one year with a one-year renewal option.
The contract cannot exceed $1,500,000.00 for each twelve-month period.
The Total contract amount for the base year and one option year cannot
exceed $3,000,000.00. Individual task orders will be issued under the
contract and will be negotiated as separate stand-alone projects. Task
orders for any one project will generally not exceed $300,000.00. A
minimum fee of $5,000.00 is guarenteed in the basic year and $5,000.00
in the option year. A Firm Fixed-Price contract is proposed. Selection
of the firm will be IAW Subpart 36.602 of the Federal Acquisition
Regulation, and DoD and Army Supplements thereto, and will be based on
the following criteria, listed in descending priority: (1) Specialized
Experience and Technical Competence in the type of work required; (2)
Professional Qualifications necessary for satisfactory performance of
required services; (3) Past Performance on contracts with government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules; (4) Location of the
firm in the local geographical area; (5) Capacity to handle different
task order requirements in concurrent or separate requiredtime-frames;
(6) Experiance in construction inspection and supervision services
and; (7) Volume of work previously awarded by DoD. In order to be
considered for selection, you must note in Block 10 of the SF-255 all
DoD contracts awarded your firm and affiliates (do not include outside
consultants) during the last twelve months along with the dollar
amount of the awards and the total amount awarded. The estimated
starting date is September 1998. Firms and their consultants desiring
consideration shall submit one copy each of SF-254 to include Minority
Status in Block 4A therof and SF-255 to include size status in Block
10 therof. Responses to this offer must be received by the designated
individual/office no later than 30 days after the date this
announcement appears in the CBD. Firms may, if desired, furnish
additional supplemental data. Firms desiring consideration shall submit
appropriate data as described herein. Funds are not presently available
for this acquisition. No contract award will be made untilappropriated
funds are made available from which payment for contract purposes can
be made. This is not an RFP. (0134) Loren Data Corp. http://www.ld.com (SYN# 0021 19980519\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|