|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,2000 PSA#2543USPFO For Nebraska, 1234 Military Road, Lincoln, NE 68508-1092 C -- INDEFINITE DELIVERY, INDEFINITE QUANTITY ARCHITECT ENGINEER
SERVICES SOL ANGBCE2000053 POC Tom Williams, Contracting Officer,
402-471-7237 E-MAIL: Thomas Williams,
thomas.williams@ne-arng.ngb.army.mil. Indefinite Delivery
Architect/Engineer Services for the Air National guard Base, Lincoln,
Nebraska. Services include but are not limited to: Type A Services
(investigative, Studies, Surveys, etc.) Type B Services (actual design
of facilities) and Type C Services (supervision of construction). The
anticipated projects are primarily engineering projects, but
successful firm should have architectural capabilities, either in-house
or through consultants. Possible projects include design of:
Repair/Replace Air Conditioning System in Building 600; Repair/Replace
Air Conditioning System in Building 651; Repair/Replace Foam Fire
Suppression System for Building 2600; Repair/Replace Water Supply for
Fire Suppression Systems in Buildings 600 and 2600; Update Current Fire
Detection and Suppression Systems for Buildings 600 and 2600;
Repair/Replace Airfield Pavements. There may also be other projects not
specificially identified at this time. Basic Agreement will be for one
year from date of award, and will includean option to extend the
contract for one additional year. Individual Delivery Orders shall not
exceed $200,000. The total of all orders shall not exceed $500,000.
Basic Agreement may be used by both Nebraska Army and Air National
Guard contracting offices to support design projects. At the sole
option of the Contracting Officer, this agreement may also be used by
other National Guard Contracting Offices and other Federal Agencies
within the region. Consecutive contracts will not be awarded to the
same or an affiliated A-E firm, and A-E firm will not be eligible to
bid on projects designed. Significant evaluation factors in relative
order of importance are: (1)Professional qualifications necessary for
satisfactory performance of required services; (2) Specialized
experience and technical competence in the type of work required; (3)
Capacity to accomplish the 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 in the general geographical area of
the project; (6) Volume of work awarded by the Department of Defense
during the last twelve months. Firms are to list the fee amount and
date of all Department of Defense contracts awarded during the period.
Firms are to list their size status on the Standard Form 255. The
Standard Industrial Classification Code (SIC)is 8711, and the large
business threshold is $2,500,000. If a large business is selected, a
Small Business and Small Disadvantaged Business Subcontracting Plan
will be required. Engineering or Architect Engineer firms that meet the
requirements described in this announcement are invited to submit
completed Standard Forms 254 and 255, Government Architect-Engineer
Qualifications, to the above office. Firms responding to the
announcement within 30 calendar days of publication (first work day
following a weekend or holiday) will be considered. This is not a
Request for Proposal. Posted 02/22/00 (W-SN427359). (0053) Loren Data Corp. http://www.ld.com (SYN# 0017 20000224\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|