Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1999 PSA#2482

311 HSW/PK 8005 9th St. Brooks AFB, TX

C -- 311 HSW-AFCEE-ARCHITECT AND ENGINEERING SERVICES=20 SOL F41622-00-R-0004 DUE 020400 POC Mark A. Rounsavill, Contract Specialist WEB: AFCEE A&E Services website, http://sarah.brooks.af.mil/sarah/ViewSolicitation.asp?ID=3Dpkvae. E-MAIL: Mark A. Rounsavill, Contract Specialist, mark.rounsavill@hqafcee.brooks.af.mil. C -- Architect and Engineering Services=20 HSC/PKV, 3207 North Road, Brooks AFB, TX 78235-5363 C -- ARCHITECTURAL, ENGINEERING AND PLANNING SERVICES SOL F41622-00-R-0004 DUE 020400 POC Mark A. Rounsavill, Contract Specialist, (210) 536-5481 or=20 Eileen King, Contracting Officer, (210) 536-2360 DESC: ARCHITECT-ENGINEER (A-E) SERVICES FOR PREPARATION OF A VARIETY OF = ARCHITECTURAL, ENGINEERING AND PLANNING SERVICES THROUGH AN INDEFINITE = DELIVERY -- INDEFINITE QUANTITY (IDIQ) CONTRACT. SOL F41622-00-R-0004. = POC Mark Rounsavill (210) 536-5481, fax (210) 536-9004. A-E services = for preparation of architectural and engineering related publications, = design guides and handbooks, interior designs, facility designs, = Computer-Aided Design and/or Drafting/Geographic Information System = (CADD/GIS) services, landscape design, planning and urban design, and = other professional services located at U.S. Government installations = and/or occupied facilities throughout the United States and some = overseas areas. The Air Force Center for Environmental Excellence = (AFCEE), Brooks AFB, San Antonio, TX, is seeking qualified firms to = provide A-E services under a firm-fixed price, IDIQ contract. The firm = must be capable of providing and managing a team of individuals from = within the firm or from subcontracts with consultants. Disciplines = which may be required include architects, landscape architects, = interior designers, publication writers/editors, technical writers, = graphic artists, engineering disciplines typically associated with = facility design and construction, cost estimators, specification = writers, CADD technicians, GIS analysts, planners, urban designers, = economists, and housing market analysts. The work will pertain to = typical facilities and infrastructure located on military bases and may = include, but not be limited to: (a) Other Services: preparing, revising = and editing Air Force Civil Engineer publications, design guides, = handbooks, and tutorials; interior design; project programming (DD = Forms 1391) and Requirements and Management Plans (RAMPs); renderings; = installation (military base), site, utility, traffic, facility, and = interior space utilization planning studies and analyses; surveys and = reports including geotechnical, topographic, environmental, hazardous = material (asbestos, lead based paint, etc.), and facility = condition/utilization assessments; GIS graphic and non-graphical or = relational spatial database generation, queries, and GIS strategic = plans; CADD delivery of two and three dimensional drawings in a variety = of formats for target computer systems and software applications; and = landscape and irrigation design, comprehensive installation-wide master = planning, Housing Community Plans (HCP) and Housing Market Analysis = (HMA), visual analysis, development of grounds maintenance standards, = and development of specialized landscape guidance and training = tutorials; (b) Title I Services: schematic designs, design charrettes, = existing building conditions plans, preparation of specifications and = construction contract documents, value engineering, and cost = estimating; and (c) Title II Services: construction inspections, = submittal reviews, site visits, preparation of as-built drawings, and = preparation of operations and maintenance manuals. There is the = potential for three awards from this announcement. The term of the = contract shall be for five years. For each contract, the total of all = delivery orders per year will not exceed $10,000,000. Individual orders = will not exceed $1,000,000. The A-E is guaranteed a minimum amount of = $10,000. Firms that meet the requirements described herein are invited = to submit a letter of interest with a Compact Disc Read Only Memory (CD = ROM) of their completed Standard Forms (SF) 254/255 to represent the = team. The compact disc document reader shall be MS Office 97 or Adobe = PDF compatible. This procurement is open to small and large businesses = and is subject to Public Law 100-656. Firms selected for negotiation = shall be through an order of preference based on demonstrated = competence and qualifications necessary for the satisfactory = performance of the type of professional services required, including = the following evaluation criteria, listed in descending order of = importance: (a) Recent specialized experience and technical competence = in performing the type of work being sought in this synopsis; (b) = Professional qualifications of the staff and consultants who will = perform the actual work; (c) Demonstrated success in prescribing the = use of recovered materials and achieving waste reduction and energy = efficiency in facility design (sustainable design); (d) Recognition of = design excellence through receipt of design awards; (e) Capacity of the = firm to perform the work in the required time; (f) Past performance = history on both DoD and other contracts in terms of quality of work, = cost control and compliance with performance schedules; (g) Geographic = proximity to Brooks AFB; (h) Demonstrated success in electronic = publishing and website submittals, distributions, and communications = with customer (firms may view AFCEE website = http://www.afcee.brooks.af.mil/dc/Dcform.htm to view example products = and tools in electronic format); (i) Volume of work previously awarded = to the firm by the DoD with the objective of effecting an equitable = distribution of DoD A-E contracts among qualified firms; (j) Small = Disadvantaged Business Utilization Plan That meets or exceeds Air Force = goals. Firms desiring to be considered must submit their responses to = AFCEE/DCD, Boyce Bourland, 8004 Arnold Drive, Brooks AFB, TX, = 78235-5361. To be considered for selection, responses (a cover letter = with a SF 255 Block 11 certification of the CD information and attached = electronic file of SF 254/255 in CD ROM format) must be received (and = SF 254/255 posted on firm's website with user identification and = password included in cover letter) on or before 4:00 PM CDT 4 Feb 2000. = Respondents shall limit their recent past performance, Blocks 8 & 9 on = the SF 255, to no more than ten projects and twelve pages total. These = projects should demonstrate award winning work emphasizing = publications, both printed and web-based, over traditional A-E design = projects. Illustrate use of sustainable design concepts in past = projects. Block 7 of the SF 255, shall contain information for no more = than the ten most relevant personnel with their specialized experience = in relation to Block 8 and is limited to a total of ten pages. Block = 10 of the SF 255 shall have a limit of ten pages and shall include a = summary of qualifications addressing each of the evaluation criteria = (a) through (j) above. Also provide, in Block 10, examples of the = recognition of Design Excellence, achievements in Sustainable Design = and achievements in electronic or printed publications. Electronic = facsimile submittals will not be accepted. Questions of a technical = nature may be addressed to Boyce Bourland at (210) 536-5483, fax (210) = 536-9004 (e-mail: boyce.bourland@hqafcee.brooks.af.mil) up to the date = due. After that date all inquiries shall be addressed to the Contract = Specialist, Mark Rounsavill, at (210) 536-5481 (e-mail: = mark.rounsavill@hqafcee.brooks.af.mil) or to the Supervisory Contract = Specialist, Eileen A. King, at (210) 536-2360 (e-mail: = eileen.king@hqafcee.brooks.af.mil). This is not an RFP.=20 AFCEE A&E Services website at = http://sarah.brooks.af.mil/sarah/ViewSolicitation.asp?ID=3Dpkvae Posted 11/22/99 (D-SN402817). (0326)

Loren Data Corp. http://www.ld.com (SYN# 0016 19991124\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page