Loren Data Corp.

'

 
 

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

USPFO for West Virginia, 50 Armory Road, Buckhannon, WV 26201-8818

C -- MULTIDISCIPLINARY ARCHITECT-ENGINEER SERVICES, TYPE A, B, AND C, FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT POC Supervisory Contract Specialist, CPT Terry L. Mills (304) 473-5207, or Contract Specialist, Patricia D. Jordan, (304) 473-5266 E-MAIL: Click here for any questions, millst@wv-arng.ngb.army.mil. This is a re-submitted/corrected CBD Notice. Reference printed issue dated March 7, 2000. This corrected notice deletes the $400,000 ceiling amount for individual delivery orders. Architect-Engineering (A-E) services are required for the design and planning of miscellaneous operations and maintenance projects, and for other support services at Martinsburg Airport, 167th Airlift Wing, Air National Guard, Martinsburg, West Virginia. An Indefinite Delivery/ Indefinite Quantity (IDIQ) contract will be issued for a period of one (1) year with the option to extend for four (4) additional years at the total discretion of the Government. This contract is primarily for the 167th Airlift Wing, Martinsburg, West Virginia. However, delivery orders may also be issued for the 130th Airlift Wing, Air National Guard, Charleston, West Virginia as well as various West Virginia Army National Guard Facilities within West Virginia. West Virginia Air National Guard Base Contacting Offices are also authorized to negotiate and award orders under this contract. Projects will be issued to the A-E firm by negotiated firm fixed price delivery orders as the need arises during the contract period. Cumulative amounts of all delivery orders shall not exceed $2,000,000 per year. A minimum of $2,000, only, in fees will be guaranteed to the A-E for the basic contract and the optional years, if exercised (should a delivery order not be issued for a particular contract period, the government will pay the contractor the negotiated profit amount on the minimum $2,000 fee guarantee). All drawings shall be in accordance with Executive order 12770 (25 July 1991) Metric Usage in Federal Government Programs. A-E services shall include but are not limited to: Type A (data collection, investigations, etc.), Type B (production of complete designs, preliminary and final plans, technical and performance specifications and cost estimates, etc.), and Type C (construction compliance inspections, materials testing, etc.). Projects that may be included under this contract are: update base master plan, update design of new headquarters building, design of new strategic airlift hangars, design of strategic airlift ramp, design of new hydrant refueling system and design of new squadron operations building. Professional disciplines anticipated under this contract include Architectural, Civil, and Structural Engineering, Environmental Engineering, Mechanical and Electrical Engineering, Regional Planning and Programming. Project leaders must be registered Architects, Engineers, or Certified Planners. The A-E will produce drawings and plans utilizing AutoCAD R14. Text documents will be produced utilizing Microsoft Word. Significant evaluation factors by which selection will be made are as follows and are listed in order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation and pollution prevention, waste reduction, and the use of recovered materials; (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 and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria. A-E firms that meet the requirements described in the announcement and wish to be considered for selection are invited to submit three (3) completed, current, and signed/dated Standard Form (SF) 254s and SF 255s for the prime firm and each of their sub-consultants to the noted address no later than 4:00 p.m., Eastern Standard Time, thirty (30) calendar days from publication of this announcement. Responses are to be sent to USPFO for West Virginia, ATTN: Contracting, 50 Armory Road, Buckhannon, WV 26201-8818. All responsible sources may submit SF 254s and SF 255s, which will be considered. A subcontracting plan is required under this contract if the selected firm is a Large Business, therefore firms must consider business sizes of any sub-consultants that are submitted. Failure of a selected Large Business to submit an adequate subcontracting plan will be cause for not awarding the contract to that firm. Firms with more than one office should indicate on the SF 255 which office will be responsible for performing and managing the project(s) and the staffing of that office. This is an unrestricted procurement action. The SIC is 8712 -- Architectural Services. The small business size standard is $4,000,000. Please state in Block 4 of the SF 254 the size status of your firm. The selected A-E firm shall be ineligible to compete for the A-E design contracts for which they have developed the project book and/or statement of work. Technical questions concerning this request may be directed to the West Virginia Air National Guard by calling LTC Bill Burkhart or 1LT Tony Henry at (304) 262-5394 between 6:30 a.m. to 4:00 p.m. EST, Tuesday through Friday. No collect calls will be accepted. In accordance with FAR Part 36, the selection process in FAR Subpart 36.6 will be used to review and evaluate firms. A Preselection Board shall review, evaluate and rank the firms according to the selection criteria. The selection board will hold discussions with at least three of the most highly qualified firms and prepare a selection report for the final selection authority who shall make the final selection decision. All firms on the final selection list are considered "selected firms" with which the contracting officer may negotiate in accordance with FAR 36.606. The type of contract is a firm fixed price. This synopsis is not a request for proposal. Posted 03/13/00 (W-SN433856). (0073)

Loren Data Corp. http://www.ld.com (SYN# 0023 20000315\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page