|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1999 PSA#2471USPFO for Washington, Attn: Contracting Office, Bldg 32, Camp Murray,
Tacoma, WA 98430-5170 C -- INDEFINITE DELIVERY ORDER A&E SERVICES FOR WESTERN WASHINGTON AIR
NATIONAL GUARD SOL DAHA45-00-R-0001 DUE 120899 POC Joanie Dobesh,
Contracting Officer, 253/512-8311 E-MAIL: Click here to contact the
contracting officer via, dobeshj@wa-arng.ngb.army.mil. Scope of work
consists of Architect-Engineer Type A (Investigative and Concept), Type
B (Design) and Type C (Construction Inspection) Services for the design
of miscellaneous projects on an indefinite delivery indefinite quantity
type contract. Delivery orders may consist of a number of alteration,
construction and maintenance and repair projects involving a wide range
of multi-discipline design expertise. These projects will be at five
western Washington Air National Guard Stations Bellingham, Paine Field
(Everett), Boeing Field (Seattle), McChord AFB, and Camp Murray
(Tacoma). Type A services include investigations, collecting data and
other such fact finding studies necessary to support the design of
various projects. Type B services (Optional) shall include engineering
calculations and analyses, complete design, statement of probable cost
and construction contract documents completed in sufficient detail so
as to be competitively bid by contractors. Type C services (Optional)
include all personnel,equipment and material necessary to prepare all
material data and shop drawing reviews and compliance on-site
inspection. Type C services under this option, if exercised, will not
commence until the construction project starts. The indefinite delivery
contract will not exceed the maximum, cumulative fee of $1.5 million
per year with each delivery order not exceeding $400,000. The contract
will contain a minimum guaranteed fee of $1,000 with a contract term
of one year from date of award with four option years. Firms which meet
the requirements described in this announcement and wish to be
considered for selection are invited to submit their current SF 254 and
SF 255 to the above address. Submittals shall be received no later that
4:00 p.m. local time, 8 December 1999. The Government may place
delivery orders for the development of project books/statements of work
under this contract. If a large business is awarded this contract a
subcontracting plan will be required in accordance with FAR 19.7.
Please state in Block 4, Page 4 of the SF 254 the size status of your
firm. Prospective A&E firms will be evaluated on the criteria listed
below in relative order of importance. (1) Professional qualifications;
disciplines should include architectural, civil, electrical,
mechanical, structural and environmental. Principals, project officers,
project architects and engineers shall be licensed in their appropriate
disciplines; (2) Specialized experience and technical competence in the
type of work required, including experience in energy conservation,
pollution prevention, waste reduction, and the use of recovered
materials; (3) Capacity to accomplish work in the required time; (4)
Past performance on contracts with government agencies and private
industry in terms of cost control, quality of work, and compliance with
performance schedules; (5) Location highest rating will be awarded to
firm within 30 miles either side of Interstate 5 from Olympia to
Bellingham, Washington; (6) Volume of work awarded by DOD during last
twelve months. The type of projects will include but not be limited to
paving, roofing and siding, foundation work, sprinkler and alarm
systems, heating controls, seismic upgrade work. The prime contractor's
submittal must include a SF 254 and 255 for each of the consultants
that will be used on this contract. This acquisition is unrestricted as
to business size. SIC is 8712. This is not a request for proposal.
Posted 11/04/99 (W-SN398394). (0308) Loren Data Corp. http://www.ld.com (SYN# 0014 19991108\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|