|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1999 PSA#2268Department of the Treasury (DY) -- US Customs Service, Field
Procurement Svcs. Group, 6026 Lakeside Blvd, Indianapolis, IN 46278 C -- ID/IQ ARCHITECT-ENGINEERING CONTRACTS FOR THE U.S. CUSTOMS
SERVICE, NATIONWIDE SOL CS-I-99-009 DUE 031299 POC Beverly Tyree,
Contract Specialist, at 317-298-1180-1122, Lee Sullivan, Contracting
Officer, at 317-298-1180-1119 Proposed procurement for two
Indefinite-Delivery/Indefinite-Quantity, Architect and Engineering
(A&E) contracts for the U.S. Customs Service for projects located in
the contiguous United States with the exception of Puerto Rico and the
U.S. Virgin Islands. These design and related A&E services may involve
architectural, structural, mechanical, electrical, civil engineering,
asbestos and hazardous material identification and abatement,
historical preservation, energy conservation, and environmental impact
studies. Potential projects may include field investigations,
feasibility studies, repairs, modifications, additions, and renovations
to Government occupied facilities. This will require the preparation of
specifications, drawings, and construction cost estimates, review of
shop drawings, and construction inspection and management services.
These services shall be provided by the A&E firm on an as needed basis
through the issuance of delivery orders placed against the contract.
The performance period for this contract will be a one year base period
with four one year option periods. The minimum amount of each delivery
order will not be less than $1,000, and the maximum amount of each
order will not exceed $500,000, for each fiscal year to include the
base and option years, if exercised. The minimum amount of services to
be ordered each fiscal year is $2,000 and the maximum amount is
$900,000. The minimum amount of services to be provided for a full
contract term, to include the base and four option years, is $10,000,
and the maximum amount shall not exceed $4,500,000. Selection criteria
for responding A&E firms, in order of importance, shall be as follows:
(1) Professional qualifications necessary for satisfactory performance
of required services; (A) This includes team experience on A&E
projects, similar to those cited above, and demonstrated compliance
with the requirements of those projects; (B) Relevant key individual
experience and professional qualifications; (2) Specialized experience
and technical competence in the type of work required; (A) Suitability
of firm's previous concentration on the type of work required herein;
(B) Offeror must provide a short specific example of completed contract
documents such as a specification and drawing, and explain how the
documents are organized, how accuracy and quality control is
accomplished, and how they are fully coordinated; (3) Capacity to
accomplish the work in the required time; (4) Past performance on
similar contracts with Government agencies and private industry in
terms of cost control, quality of work, and compliance with performance
schedules; (A) This includes a demonstrated example of compliance with
clients' design program; (B) Capable of performing multiple projects
simultaneously; (5) Capability to produce computer specifications in
Microsoft Word 97 or compatible IBM software; (6) Capability to produce
computer aided drafting in AutoCAD release 14, or later, or compatible
IBM format; (7) Demonstrated ability to perform construction
inspection and monitoring services; and (8) Demonstrated success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design; and (9) The
offeror's firm must be located within a 500 mile radius of
Indianapolis, Indiana. Qualified A&E firms are invited to submit one
complete, updated copy of their Standard Form 254 and 255, along with
a letter of interest identifying this requirement by Solicitation
Number CS-I-99-009 to this office on or before March 12, 1999.
Facsimile responses will not be accepted. Late responses will be
handled in accordance with FAR 15.208. No materials will be returned.
Supplemental data submitted with the forms shall be bound in an 8-1/2
by 11 inches format. This is not a request for proposal. See numbered
Notes 1 and 24. Posted 01/21/99 (I-SN290166). (0021) Loren Data Corp. http://www.ld.com (SYN# 0018 19990125\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|