Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1999 PSA#2268

Department 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