Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1999 PSA#2310

U.S. Property & Fiscal Office, Bldg. 350, 2701 South Capitol Street, Anacostia Naval Air Station, Washington, DC 20373-5814

C -- ARCHITECT-ENGINEER SERVICES SOL DAHA49-99-R-0001 DUE 043099 POC Chanel Wilson (202)685-1572 or LTC Wilson Contracting Officer USPFP-DC(cw) 23 March 1999 Synopsis U.S. Department of Commerce Commerce Business Daily P.O. Box 5999 Chicago, Illinois 60680 1. C!! 2. 0323!! 3. 99!! 4. GPOPFO027!! 5. 20373-5814!! 6. C!! 7. U.S. Property & Fiscal Office for the District of Columbia, Naval District Washington Anacostia Annex, 189 Poremba Court, SW Washington, D.C. 20373-5814!! 8. C-Architect-Engineer Services!! 9. N/A!! 10. N/A!! 11. Contact: Chanel Wilson, 202-685-1572, LTC E. Wilson Contracting Officer!! 12. N/A!! 13. N/A!! 14. N/A!! 15. N/A!! 16. N/A!! 17. C-INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT, $300,000 MAX FEE, 113 CES, DCARNG, ANDREWS AFB, PROJECT AJXF992899. This is an Open-End contract valid for a period of one (1) year from the date of award with a Government renewal option for four (4) additional years. To assist the Base Civil Engineer, D.C. Air National Guard, perform design of miscellaneous projects for new construction, alterations, maintenance and repair of facilities at Andrews AFB, MD. Services will be provided by the successful A-E firm on an as required basis. The total aggregate fee paid under the contract will not exceed $300,000. Services for this contract will include Type A Services (field surveys, investigations and inspections for the design), Type B Services which include: (1) visual inspection of the site, (2) familiarization with the project scope, (3) coordination with the user and reviewing authorities, (4) all work directly associated with the preparation of plans, specifications, design analysis, and cost estimates and, (5) work required to submit these documents at various stages required by the contract. Type C Services will be negotiated and awarded at the Government's option and include: (1) construction inspection, (2) documentation of findings, (3) review and approval of material submittals and shop drawings, (4) final inspection report/recommendations and (5) update of as-built drawings. The type of projects to be awarded under this contract may include but arenot limited to the following: (1) electrical renovation and upgrade, (2) HVAC replacement and upgrade, (3) energy conservation, (4) architectural alterations, (5) roofing repair/replacement, (6) pavement repair, (7) Grade and subgrade drainage; etc. to be determined by the Base Civil Engineer. Negotiations will be conducted with the A-E to derive hourly pay rates, by discipline, and to arrive at a firm lump sum price for each delivery order under this contract. A-E selection criteria will include, in order of importance: (1) Experience in multi-discipline type projects, (2) Specialized experience, (3) Professional capacity of the firm to accomplish the proposed work within the scheduled timeframe, (4) Ability to accomplish several projects concurrently, (5) Geographic location, (6) Past experience and (7) Current DOD workload. Firms which meet the requirements described in this announcement and desire consideration should submit the following: (1) Completed SF 254, (2) Completed SF 255, (3) Statement of current DOD workload, (4) References for five previous Government projects and (5) Organization chart of firm and subcontractors. Firms responding to this announcement within thirty (30) days after publication will be considered. Completed 254 and 255 must be submitted by 4:30 p.m. eastern time on 30 April 1999.***** EVELYN M. WILSON LTC, MP, DCARNG Contracting Officer Posted 03/23/99 (W-SN311604). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0028 19990325\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page