Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 31,1998 PSA#2253

Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315

C -- OPEN-END IDIQ A-E CONTRACT FOR ENERGY MANAGEMENT SERVICES AT THE USAF ACADEMY CO SOL F0561199R9003 DUE 020299 POC Mark Benett, Buyer (719)333-4740 or Margaret Wages, Contracting Officer (719)333-4742 Open End contract for Title I, Title II and other Architect-Engineer services for a broad variety of energy management analysis, planning and design services at the United States Air Force Academy, CO. The performance period will be one year plus four one-year option periods that may be exercised at the government's discretion. Services required include, but are not limited to: energy audits -including measurement and verification plans, assistance in evaluating proposals for demand side management or energy savings performance contracting, design of projects to include all related disciplines, system commissioning to include training of maintenance personnel, field investigations, planning, studies, reports, life cycle cost analysis, cost estimates, record documents research, computer programming, and presentations. One firm will be selected for project number 99-0108, Open-end Energy Management. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit the following: (A) Standard Form 254, Architect-Engineer and related services questionnaire (B) Standard Form 255, Architect-Engineer related services for specific projects. A cover letter shall be included with the Standard Forms 254 and 255 which specifically addresses each of the below listed criteria in sequence. Criteria forming the basis for selection by two formal selection boards will include: (1) Specialized Experience -- Energy management analysis, building commissioning and maintenance personnel training, and project designs in large scale academic complexes, sports facilities, military training facilities, housing, hospital and airfield facilities. Experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. (2) Professional qualifications and experience of key personnel and consultants. Project managers of A-E firms must be registered professional engineers licensed in the State of Colorado and be Certified Energy Managers through AEE. (3) Professional capacity of the firm to perform the work within the required time limits. (4) Past performance of contracts, both Government and Private, in terms of cost control, quality of work, and compliance with performance schedules. (5) Volume of work / Prior DOD Awards -- Specifically list all DOD contracts awarded to the firm in the previous twelve months to include fees. (6) Previous work at the United States Air Force Academy. (7) CADD, GIS and graphics capabilities -- work for this project will be produced on the AutoCAD system. The A-E must be able to provide final submittals in CD ROM format. (8) Location of the office producing the work in the general geographical vicinity of the Air Force Academy. (9) Identification and commitment to small, disadvantaged, and women-owned small businesses in the performance of the contract whether as a joint venture, team member, or subcontractor. The criteria above are listed in their relative order of importance. Failure to supply data in the cover letter for criteria 1 through 9 above may result in disqualification of the firm. Based on these criteria, the USAFA Preselection Board will reduce the field of submitting A-E firms to a maximum of six (6). The qualifications of these six firms will be reviewed by the Final Selection Board, which will independently rank the six firms. Evaluations of the three (3) top-rated firms will include interviews by the board members. The firm receiving the highest ranking from the Final Selection Board will be the first choice for selection, with the second and third ranked firms serving as alternates. The firm ranked as most qualified will be sent a Request for Proposal (RFP) with the intent to negotiate rates. It is anticipated that the clause "Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan" (FAR 52.219-9) will be included in any resulting Request for Proposal. Offerors should consider the requirement of this clause when assembling their team of subconsultants, providing sufficient representation to achieve established goals. The small business size standard is average annual gross revenue of less than $2.5 million over the last three fiscal years. The firm that is awarded the contract is guaranteed a minimum of $5,000 in fees for A-E Services. As projects are identified, delivery orders will be issued. No single delivery order, including subsequent modifications, may exceed $299,000. The total of all delivery orders may not exceed $750,000 in any contract year. An exception to this limitation is the initial delivery order to start the contract. This order may exceed $299,000, but can not exceed the maximum limitation of $750,000 for the year. Delivery orders for Title II services may be issued and could involve direct consultation with construction contractors. Appropriate data in response to this notice must be received at the above address by 2 Feb 99. This requirement is being advertised unrestricted in accordance with the Small Business Competitive Demonstration Program. SIC code 8711. This announcement is not a request for proposals. Posted 12/29/98 (W-SN284000). (0363)

Loren Data Corp. http://www.ld.com (SYN# 0010 19981231\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page