Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,2000 PSA#2585

Departments of the Army & Air Force, USPFO-Vermont, Bldg 3, Camp Johnson, Colchester, VT 05446-3004

C -- ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY CONTRACT POC Contract Specialist, CPT. Jeff Abeling, (802) 338-3229 E-MAIL: click here to contact the POC via e-mail, jabeling@vt-arng.ngb.army.mil. Architect-Engineer (A&E) Services, Indefinite Delivery Contract for the Vermont Air National Guard (VTANG), Burlington IAP, South Burlington Vermont. Architect-Engineer Service: Indefinite Delivery contract, multidisciplinary, for the preparation of Architect-Engineer plans, specifications, cost estimates, studies and construction inspection services for Air National Guard and Army National Guard facilities located throughout Vermont and New England. The resultant contract may be used by both the Vermont Army and Air National Guard contracting offices to support design services. At the sole discretion of the Contracting Officer, the contract may also be utilized by other Army and Air National Guard facilities throughout northern New England. The total yearly cumulative A-E fees for this contract is $2,000,000.00. The contract shall be for one year from date of award or until the $2,000,000.00 in fees is reached and an option to extend the contract for four (4) additional years. All delivery orders are limited to $500,000.00. A minimum of $500.00 over the life of the contract will be guaranteed should no work be ordered under this contract. The option year(s) is limited to the same restrictions as the first year. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other costs elements, which are particular to the contract. Upon award, negotiations for each specific delivery order shall be conducted on the A-E effort involved. The A&E firm may be required to perform structural, mechanical, electrical, civil, and environmental designs for construction, repair and alteration of multi-use facilities and base utilities/pavements. The A&E services may require investigative and concept (Type "A") services; design (Type "B") services; and construction inspection (Type "C") services. It may also be the government's intent under this contract to place orders for the preparation of project books/statements of work for separate projects. In this instance the A&E would be ineligible to compete for the design contract for which they have developed the project book and/or statement of work. Standard Industrial Code (SIC) is 8712 Architectural Services. The Small Business size standard is $2,500,000 in annual gross revenues averaged over the past three years. Please state in Block 4, Page 4 of the SF 254 the size standard of your firm. If a Large Business Concern is selected, a Small Business and Small Disadvantaged Business Subcontracting Plan will be required in accordance with Federal Acquisition Regulation (FAR) 19.7. In accordance with Defense Federal Acquisition Regulation (DFAR) 204.7302, a firm must be registered in the Central Contractor Registration (CCR) System before a contract can be awarded. A&E selection criteria shall include in descending 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, pollution prevention, waste reduction and the use of recovered materials; (3) Capacity to accomplish 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; (6) Volume of DOD work previously awarded to the firm (This is an inverse criterion with the object of effecting an equitable distribution of DOD among qualified sources). Negotiations will be conducted for hourly rates for each discipline required, overhead, profit, and other cost elements, which are particular to the contract. A&E firms which meet the requirements described in the announcement, are invited to submit the following: (1) Two (2) complete sets of the SF 254, US Government Architect-Engineer Questionnaire. (2) Two (2) complete sets of the SF 255, Architect-Engineer and Related Service Questionnaire for this specific project. Firms having recently responded to the announcement of 29 February 2000, need not resubmit. However, a letter requesting consideration for this particular service is required. Receipt must be within 30 calendar days of this publication in order to be considered for selection by this office. The two completed sets of the SF 254's and 255's shall be submitted to the following address: USPFO for Vermont, VT-PFO-PC, Bldg. 3, Camp Johnson, Colchester, VT, 05446-3004. This is not a Request for Proposal. Posted 04/20/00 (W-SN447187). (0111)

Loren Data Corp. http://www.ld.com (SYN# 0036 20000424\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page