Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,2000 PSA#2557

Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665

C -- ARCHITECT-ENGINEERING SERVICES SOL F44600-00-R0012 DUE 041300 POC Bernard Franklin, Contract Specialist, Phone 757-764-4447, Fax 757-764-4071, Email franklb@langley.af.mil -- Valentina Payne, Contract Specialist, Phone 757-764-2109, Fax 757-764-4071, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F44600-00-R00 12&LocID=203. E-MAIL: Bernard Franklin, franklb@langley.af.mil. Synopsis/Evaluation Criteria Architect-Engineer services are required for award of an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for design of various alteration, repair and maintenance projects at Langley AFB, VA. The SIC Code is 8712. The contract officer will award two IDIQ contracts to two separate firms. The contract will cover an one-year basic ordering period with an one-year option period. Delivery Orders, which will be firm fixed price, may be issued on an as required basis for one year from the award date of the contract (basic year) with an one-year option. Total fees will not exceed $500,000 for each year, with no individual delivery order to exceed $99,000. Total fees of $5,000 are guaranteed in the basic year only. Services require disciplines of architectural with supporting civil, structural, mechanical, and electrical work. Work will include, but is not limited to, development of design analyses, plans, drawings, specifications, cost estimates, and other necessary documents for contract accomplishment; as well as other studies, investigations, and services as required. The successful firm is expected to have the capability to perform 50% or more of the contracted services using their in-house personnel. A-E evaluation factors will include (in order of importance): (1) Professional qualifications necessary for satisfactory performance as demonstrated by education, experience, registration and management ability of personnel assigned to this contract. (2) Availability of key personnel, to include, as a minimum, the following: three mechanical engineers, one estimator, one specifications writer, and three supporting draftsmen on the firm_s permanent staff. If one of the engineers performs either the specification writing or estimating work (or if he/she performs both), the A-E applicant shall so note such performance in the appropriate location on the forms submitted. (3) Specialized experience in renovation, upgrading and repair of commercial, industrial and housing facilities. (4) Location of the firm from Langley AFB in ranges of: within 50 miles, between 50 and 100 miles, beyond 100 miles. (5) Cost control effectiveness indicated by the A-E_s ability to provide cost working estimates that were within plus/minus 5% of the awarded low bid on at least three project bids within the past year. (6) Capacity of the firm to accomplish delivery orders in the time required during the entire contract period. (7) Past experience of the firm with respect to renovation work on Department of Defense contracts primarily, with less weight given to performance on contracts with private industry. (8) Volume of work (total A-E fees) previously awarded to the firm by federal agencies, in the three most recent fiscal years, with more weight given to those with less volume. (9) Innovative design capability indicated by receipt of a design award from a nationally recognized group within the past two years. (10) In accordance with FAR 19.1202-2, the extent of Small Disadvantaged Business (SDB) participation will be evaluated under this in the following areas; a) The extent to which SDB concerns are specifically identified; b) past performance of the firm in complying with subcontracting plan goals for SDB concerns and monetary targets for SDB participation; c) and the extent of participation of SDB concerns in terms of the value of the total acquisition. This is not a request for proposal. Response by submittal of 2 copies of Standard Forms 254 and 255 must be received no later than 4:30 P.M. EST, 13 Apr 00. Firms desiring consideration shall submit appropriate data as described in Numbered Note 24. Submittals must be sent to 1 CONS.LGCC, Attn: TSgt Bernard Franklin, 74 Nealy Ave., Langley AFB, VA 23665. Posted 03/13/00 (D-SN433812). (0073)

Loren Data Corp. http://www.ld.com (SYN# 0019 20000315\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page