Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594

Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight -- Construction, 580 Goodfellow Street, Peterson AFB, CO, 80914-1648

C -- OPEN END ARCHITECT-ENGINEER (A-E) TITLE I, TITLE II, AND OTHER INVESTIGATIVE SERVICES AT PETERSON AIR FORCE BASE, COLORADO AND IT'S GEOGRAPHICALLY SEPARATED UNITS WORLDWIDE. SOL Reference-Number-PAFB-AE-00-02 DUE 061000 POC Cheryl Middleton, Contract Specialist, Phone (719) 556-4757, Fax (719) 556-4752, Email Cheryl.Middleton@peterson.af.mil -- Allen Elliott, Contract Specialist, Phone (719) 556-6571, Fax (719) 556-7881, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Num-Num ber-PAFB-AE-00-02&LocID=533. E-MAIL: Cheryl Middleton, Cheryl.Middleton@peterson.af.mil. Open End Architect-Engineer (A-E) Title I Design, Title II Construction Surveillance and Inspection, and Other Investigative Services at Peterson Air Force Base, Colorado and its geographically separated units worldwide for a broad variety of maintenance, repair and construction projects. A-E services required may include field investigations, recommendations, studies, reports, lifecycle cost analysis, cost estimates, specifications, product research, record documents research, preparation of construction drawings and presentations to coordinating agencies. Designs may require asbestos and lead based paint abatement, energy conservation, pollution prevention, waste reduction and the use of recovered materials. It is anticipated that at least the following disciplines may be required, but are not limited to: architecture, interior design, site planning, civil, landscaping, structural, mechanical, electrical, roofing, seismic, sanitary, fire protection, corrosion control, soils, Radio Frequency Interference (RFI) and Electromagnetic Pulse (EMP) shielding, Energy Management Control System (EMCS) and Heating, Ventilation, Air Conditioning (HVAC) controls, power distribution and construction inspection. Project managers of A-E firms and their consultants must hold a professional degree and be licensed professional engineers or registered architects. One IDIQ type contract for Mechanical/Electrical A-E Services is anticipated through this announcement. Although the primary for this requirement is mechanical/electrical disciplines, the selected firm must have the capability to perform all the disciplines listed in this announcement. This contract will include the design of new mechanical and electrical systems, maintenance, repair and replacement of existing mechanical and electrical systems, utilities, substations, distribution networks, heat plants, control systems, design of maintenance, repair and construction work for Air Force facilities and military family housing, site work, pavements, roofing, and structural and seismic work. Emphasis is on repair and maintenance projects valued at less than $2,000,000 and new construction work costing less than $500,000. A-E firms which meet the requirements described in this announcement are invited to submit the following in original and one copy: (A) Standard Form 254, Architect-Engineer and Related Services Questionnaire, (B) Standard form 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Include with the Standard Forms 254 and 255 a cover letter specifically addressing each of the below listed criteria in sequence. The evaluation criteria for selection in relative order of importance are: (1) Professional qualifications necessary for satisfactory performance of the required services; (2) Specialized experience and technical competence for the type of work required; (3) Professional capacity, experienced in-house personnel to accomplish the work in a timely manner; (4) Demonstrated success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention and energy efficient design and energy conservation in facility design and repair;(5) Past performance on contracts with Government agencies and private industry in terms of (a) cost control and cost estimating ability as demonstrated by comparison of cost estimates to low bids, (b) the quality of work as well as the quality control program used to ensure accuracy by number of addenda and change orders required, and (c) compliance with design schedules; (6) Previous work (within the last 6 years)in the 21st Space Wing Complex; (7) Volume of work previously awarded to the firm by DOD including the volume of subcontracts awarded by the firm to Historically Underutilized Small Businesses and Women-Owned Small Businesses (Note: Contracts awarded as result of this announcement will contain FAR clause 52.219-8, Utilization of Small, Small Disadvantaged, and Women-Owned Small Business Concerns, which requires prime contractors to use these business categories for subcontracting opportunities to the maximum practicable extent); (8) Computer capabilities -- all design drawings prepared for this contract must be produced on the AutoCADD system, version 14; specifications shall be written using Microsoft Word for Windows, version 6.0, and cost estimates shall be prepared using Microsoft Excel, version 5.0. Computer capabilities shall also include the ability to place drawings and specifications in a format suitable for use in electronic advertising. The selection criteria carry the following weight; criteria 1 and 2 are of equal weight and greater than criteria 3 through 8, criteria 3, 4 and 5 are of equal weight and greater than criteria 6 through 8, criteria 6 through 8 are of equal weight. Failure to provide information on criteria 1 through 8 above may result in disqualification of the firm. The top three firms chosen by the final selection board for each contract will be required to participate in a personal interview and make a technical presentation to the final selection board. The interview and presentation will occur at Peterson Air Force Base, Colorado. Delivery orders against the IDIQ contract will be issued as projects are identified. No delivery order may exceed $299,000.00 in fees. An exception to this limitation is the initial delivery order to start the contract. This delivery order may exceed $299,000.00, but can be no more than the maximum limitation of the contract ($750,000.00 per year). There is a minimum fee guarantee of $5,000.00 for the initial year of the contract. No minimum fee guarantees are included in the option periods. This is not a Request for Proposal (RFP). Responses and submittals must be received before 2:00 P.M., Mountain Time, on 10 June 2000. Failure to complete the listed Standard Forms, provide the additional information requested, or to provide such information and submittal on or before the specified time may result in disqualification of the firm. Posted 05/03/00 (D-SN450837). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0025 20000505\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page