Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590

Department of the Air Force, Air Force Space Command, 50CONS (T-66), 66 Falcon Parkway, Ste 49, Schriever AFB, CO, 80912-6649

C -- ARCHITECT-ENGINEERING (A-E) SERVICES ARE REQUIRED FOR DESIGN OF MISCELLANEOUS OPERATIONS AND MAINTENANCE PROJECTS, AND FOR OTHER SUPPORTING SERVICES AT ONIZUKA AIR FORCE STATION (OAFS), CALIFORNIA SOL FA2550-00-R0012 DUE 060200 POC Anne Tomlin, Contract Specialist, Phone (719)567-3457, Fax (719)567-3438, Email anne.tomlin@schriever.af.mil-- Anne Tomlin, Contract Specialist, Phone (719)567-3457, Fax (719)567-3438, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=FA2550-00-R0012&LocID=887. E-MAIL: Anne Tomlin, anne.tomlin@schriever.af.mil. Original synopsis posted on 7 Apr 00 under reference number A-E00001-OZ. NOTE: The following synopsis has been revised to include date changes. Architect-Engineering (A-E) services are required for design of miscellaneous operations and maintenance projects, and for other supporting services at Onizuka Air Force Station (OAFS), California. SIC code 8712. Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be issued for a period of one basic year and option four additional years. Projects will be issued to the A-E by negotiated firm-fixed price delivery orders during the contract period. Each delivery order shall not exceed $299,000, with the exception of the initial delivery order, which may exceed that amount. Cumulative amounts of all delivery orders shall not exceed $749,000 per year. Delivery orders will be issued as needed, during the contract period. A minimum of $5,000, only, in fees will be guaranteed to the A-E for the basic contract and each of the option years, if exercised. Contract award is anticipated in March 2001. Services will be performed for OAFS, (predominately), other Air Force Space Command installations (infrequently) or one of the following CONUS sites: Camp Parks communications Annex, Pleasanton, CA: Moffett Federal Airfield, Mountain View CA. Mechanical and Electrical are the lead disciplines for this contract, however, other disciplines will generally be required depending on the scope of the individual projects. Other disciplines will likely include, but are not limited to the following: civil, structural, architecture, landscape architecture and urban/regional planning and programming. Subcontractors, outside associates or consultants can provide these disciplines. Design services required will primarily be in construction with maintenance, repair and minor construction type projects, including preparation of drawings and specifications. Various types of services such as investigation, inspection, studies, reports, and cost estimates may also be required as they relate to project designs and studies. Projects may include various combinations of disciplines. Project leaders must be registered architects, engineers or certified community planners. Landscape architecture shall stress xeriscape principles. In addition, the A-E must be able to write Hypertext Markup Language (HTML) to create Internet web sites for development of OAFS standards for construction, remodeling, landscaping, etc. Note: Preparation of planning and construction programming documents may require access to sensitive and classified materials. The A-E, therefore, is required to obtain and maintain SECRET security clearance for personnel responsible for planning and programming functions per DoD security requirements. Firms desiring consideration are requested to submit two (2) copies of Standard Forms (SF) 254 and 255 along with a cover letter addressing each of the following factors, which will be used as the basis for selection. Significant evaluation factors, in order of relative importance, are as follows: (1) Professional qualifications of the staff to be assigned to the projects(s), including qualifications and experience of subcontractors/consultants. Evaluation will include consideration of the type and quality of projects the staff has been involved with and their ability to provide innovative and imaginative solutions. (2) Recent specialized experience in the area of interior and exterior facility renovation and office remodeling: Architectural, Interior, Structural, Civil, Environmental, Landscape, Mechanical, and Electrical Engineering. Evaluation will include consideration of prior design projects completed by the firm, and how the construction management went and how well the completed facilities are functioning. (3) Capacity to accomplish the work in the required time frame. A determination that the firm has the resources to perform the work. (4) Past performance of work on other Department of Defense (DOD) contracts and other contracts, both government and private in terms of cost control, quality of work, and compliance with performance schedules. Evaluation will consider recognition of projects and/or designs through award programs. (5) Location in the general geographical area of the projects and knowledge of the locality of the projects, which are at Onizuka Air Force Station and vicinity. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Volume of work previously awarded by Onizuka AFS and other DOD awards, with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. (8) Full time inspection capability by the contractor. (9) The A-E firms chosen from the pre-selection process will be required to perform a proposal on a sample project during the final selection process. Note: Firms must list, in tabular format, all expected subcontractors, outside associates and consultants, to include: a list of projects jointly worked with the firm during the last three years and a list of references with points of contact to include phone numbers. Responses and submittals must be received at the contracting office as an attachment to the Standard Forms 254 and 255. This is not a request for proposal. Cover letters and unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. Submittal by fax WILL NOT be considered. Failure to complete the listed standards forms, provide the additional information requested, or provide such information and submittals within the specified time, shall result in disqualification of the firm. All responsible firms may submit statements, which shall be considered for award. Responses and submittals must be made no later than 2:00 p.m., Mountain Standard Time, 2 June 2000 to 50 CONS/LGCA, Attn: Mike Wittkopf, email michaelwittkopf@schriever.af.mil, 300 O_Malley Ave, Suite 49, Schriever AFB, CO 80912-6649, telephone (719) 567-3456. Posted 04/27/00 (D-SN449365). (0118)

Loren Data Corp. http://www.ld.com (SYN# 0028 20000501\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page