|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,2000 PSA#2543Department of the Air Force, Air Education and Training Command,
Specialized Contracting Squadron -- DeCA Support, 2250 Foulois Street,
Suite 3, Bldg 8400, Lackland AFB, TX, 78236-1007 C -- TITLE I, SERVICES A&B AND TITLE II, TYPE C SERVICES FOR
MECHANICAL AND ELECTRICAL SOL F41689-00-R0805 DUE 032200 POC Linda
Bryant, Contracting Officer, Phone 210-671-1190, Fax 210-671-1196,
Email linda.bryant@randolph.af.mil -- Linda Bryant, Contracting
Officer, Phone 210-671-1190, Fax 210-671-1196, Email WEB: Visit this
URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41689-00-R08
05&LocID=923. E-MAIL: Linda Bryant, linda.bryant@randolph.af.mil.
C-_TITLE I, SERVICES A & B AND TITLE II, TYPE C SERVICES FOR
MECHANICAL/ELECTRICAL ENGINEERING SERVICES for an Indefinite Delivery,
Indefinite Quantity (IDIQ) Contract for design services for an
indefinite number of projects worldwide. The projects will generally
consist of commissary refrigeration equipment replacement and
electrical improvement projects with some architectural, civil and
structural engineering and material testing. These A-E contracts will
be designing primarily refrigeration equipment change-out projects, but
will include minor construction and maintenance and repair projects.
Some projects will be developing 10% scoping documents, while others
will be requiring design to completion. Significant factors to be used
in the selection in their relative order of importance are: (1) Recent
specialized experience in the design of the mechanical and electrical
portion of commissaries and retail food outlets by the professional
personnel who would be assigned to the projects; (2) professional
qualifications and availability of key personnel who would be assigned
to the project including subcontractors. Experience should include
design of refrigeration systems and as heat recovery and other energy
conservation measures; (3) professional capacity of the firm to
accomplish the work in the required time; (4) past performance on
contracts in terms of cost control, quality of work and compliance with
the schedule; (5) qualified construction contract management
experience, abilities and staffing to include the ability to perform
full or part time construction inspection; (6) Demonstrate success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design; (7) Location of the
main firm and/or satellite firms; (8) Volume of work previously awarded
to the firm by the DOD with the objective of effecting an equitable
distribution of contracts among qualified A-E firms. Provide a list of
DOD awards and fees received for each award by year for the past four
years. Two or more contracts will be awarded. The A-E is guaranteed a
minimum of $5,000 during the life of the contract. Contingent upon
waiver from AFFARS 5336.691, the term of the contract shall be for one
year with separately priced options for an additional four years.
Except for the initial delivery order, no subsequent delivery order
will exceed $400,000. The total amount of all delivery orders per year
will not exceed $2,000,000. Award of contract(s) is contingent upon
authorization and subject to availability of funds. Estimated contract
start date is Jun 2000. Firms desiring consideration shall submit SF
254 and SF255 within 30 days of the date of this publication to the
below address. Only the revised Edition 11-92 will be considered. No
further general notification about this announcement will be made and
no further action beyond submission of the standard forms is required
or encouraged. This is not a Request for Proposal. Submit data to AETC
CONS/LGCR, 2250 Foulois Street Suite 3, Lackland AFB, TX 78236-1007,
Attn: Linda C. Bryant. Submittals must reference No. F41689-00-R0805.
Posted 02/22/00 (D-SN427393). (0053) Loren Data Corp. http://www.ld.com (SYN# 0016 20000224\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|