Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#2173

US Property and Fiscal Office for Georgia, Attn: PFO-PC, PO Box 17882, Atlanta GA 30316-0882

C -- A&E SERVICES FOR TYPE "A", "B" AND OPTIONAL "C" SERVICES DUE 103098 POC TSgt Oliver Gills, Contract Specialist, (404) 624-6218. Architect & Engineer Services to provide Type "A", "B" and optional "C" Services for several design projects at several locations throughout the State of Georgia, which includes the 165th Airlift Wing and Combat Readiness Training Center (CRTC) at Savannah International Airport, 116th Bomb Wing at Robins AFB, 202nd Engineering Installation Squadron at Macon, 283rd Combat Communication Squadron at Dobbins Air Reserve Base, 117th Air Control Squadron at Hunter Army Airfield, and the 224th Joint Communication Support Squadron at Brunswick, Georgia. The design services will be for a period of one (1) year with the option for an additional one (1) year included in the contract. The Services may include all or part of the following; first option, Type "A" Investigative Services, to include but not limited to making field investigations, observations, testing, studies and producing alternative site and floor plans and proposals; second option, Type "B" Design Work, to include detailed drawings, specifications and cost estimate based on the conceptual, solution selected from the Type "A" Services; third option, Type "C" Construction Inspection Services may also be required. Services shall be done in accordance with a Government prepared Statement of work for each option. Significant evaluation factors and relative orders of importance as applicable to this project are: 1. Professional qualifications necessary for satisfactory performance of required services; a. Architect, b. Civil Engineer, c. Mechanical Engineer, d. Structural Engineer, e. Environmental Engineer. The organizational structure of the design team must have qualified engineers in each of the different disciplines. An organizational chart shall show the chain of command for the technical and management reviews and indicates the person(s) responsible for decision making; 2. Specialized experience and technical competence in the type of work required; 3. Capacity to accomplish 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 performance schedules; 5. Location in the general geographical areas of the project and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms given the nature and size of the project; 6. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; 7. Volume of previously awarded work by the Department of Defense to the firm, with the object of effecting equitable distribution of contracts among qualified Architect-Engineer (A&E) firms, including minority-owned firm or firms that have no prior Department of Defense contracts. The total of all orders under an individual contract may not exceed $400,000.00. Firms desiring consideration shall submit Standard Form (SF) 254 and 255 to the U.S. Property and Fiscal Officer, Attn: Contracting Division, TSgt Oliver Gills, P.O. Box17882, Atlanta, Georgia 30316-0882, not later than October 30, 1998 at 4:00 p.m. (EST). For information contact TSgt Oliver Gills at (404) 624-6218. Firms with more than one office must distinguish by discipline (in Block 4, SF 255), between the number of personnel in the office who will perform the work and the total number of personnel in the firm. Firms must indicate in Block 7 of the SF 255 each key person's office location. Firms short listed by a pre-selection board will be interviewed by telephone to further clarify and expound on their ability to meet the evaluation factors. This is not a request for proposal. THIS PROJECT IS UNRESTRICTED. Anticipated award of this contact will be APRIL 1999. Posted 09/01/98 (W-SN244587). (0244)

Loren Data Corp. http://www.ld.com (SYN# 0029 19980903\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page