Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,2000 PSA#2540

Department of the Air Force, Air Combat Command, 65 CONS, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER TITLE 1 SERVICES SOL F61040-00-R0004 POC Maria Meneses, Contract Administrator, Phone 011 351 295 540100 ext 21483, Fax 011 351 295 540100 ext 23758, Email maria.meneses@lajes.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F61040-00-R00 04&LocID=941. E-MAIL: Maria Meneses, maria.meneses@lajes.af.mil. Services are required for an Indefinite Delivery Indefinite Quantity Architect-Engineer TITLE 1 services at Lajes Field, Azores, Portugal to include a broad variety of maintenance, repair, alteration and new construction projects. Projects will require multi-discipline engineering services, which entail primarily commercial-industrial facilities. The scope of services shall include, but are not limited to, site visits, investigation, surveying, studies, reports, assessments, development and recommendation of alternatives, calculations, measurements, inspections, product research, construction drawings, specifications and cost estimates. Familiarity with U.S. national building, structural, mechanical, plumbing, electrical, fire and life safety codes and Uniform Federal Accessibility Standards is required. Familiarity with DoD and Air Force manuals, pamphlets, and regulations and design standards is desired, but not required. Expertise in the following disciplines is required: architecture; civil, structural, electrical and mechanical engineering; landscape architecture; planning and interior design. Subspecialties including pavement evaluation and design, roof evaluation and design, electrical power generation and distribution, fire detection and protection system evaluation and design, life safety studies and/or environmental aspects of infrastructure systems are desired. The A/E may be required to produce designs for asbestos and lead abatement, containment and remediation. The intent is to select one or more Architect-Engineer firm(s) from this single solicitation. Each contract will be accomplished by individually negotiated, firm-fixed-price delivery orders. The contract will cover a one-year basic ordering period with four one-year option periods. The minimum amount is $5,000 for the basic contract year. The minimum amount for each subsequent option year is $5,000. The maximum amount for each contract year (basic and each subsequent option) is $400,000. Evaluation factors, listed in order of importance are: 1. Demonstrated ability and recent specialized experience in performing A/E designs for commercial and industrial facilities (projects in both DOD and private sector) in the disciplines listed above. Recent is defined as either current projects or projects completed within the last three years. 2. Professional Capabilities -- Professional qualifications and specialized experience of the prime firm staff, and consultants/subcontractors, if applicable, to be assigned in direct support of this work. Structure of team if one or more disciplines outlined above is delivered by a source outside the prime firm (subcontractor, consultant, etc). 3. Past performance of A/E services (projects in both DOD and private sector) in terms of cost control, innovative approaches/methods, compliance with performance schedules quality of work and cost estimate accuracy. Provide information only for projects currently 65% or more designed or completed during the past three (3) years. 4. Awards won in the past 3 years for innovative designs from nationally recognized organizations including the salient features of the design 5. Capability for electronic product delivery (e-mail, FTP site, internet access, etc) 6. Professional capacity and resources to accomplish work with accelerated turnarounds. Specifically whether the surge capability is in-house or subcontracted. 7. Demonstrated knowledge and application of sustainable design principles, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in site, facility, and landscape design. 8. Volume of DOD projects previously accomplished in last two years 9. Accessibility to Logan International Airport in Boston and John F. Kennedy Airport in New York City Only firms with AutoCAD Computer Aided Design and Drafting capability and Microsoft Office software suite capabilities will be considered. Responses must be postmarked within 30 days of the date of this issue. The Standard Industrialization Classification code (SIC) is: 8712. Cover letters and unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. Interested firms must submit SF 254 and 255 (to include any consultant/subcontractor firms included in evaluation factor 2) to the 65th Contracting Squadron (65 CONS/LGCC) Bldg T-615, Room 201, Unit 7775, APO AE 09720 ATTN: Mrs. Maria F. Meneses. This is not a request for proposal. Posted 02/16/00 (D-SN425827). (0047)

Loren Data Corp. http://www.ld.com (SYN# 0025 20000218\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page