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