|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600Department 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 060900 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=M&ProjID=FA2550-00-R00
12&LocID=887. E-MAIL: Anne Tomlin, anne.tomlin@schriever.af.mil. This
synopsis supersedes the synopsis posted on 27 Apr 00. NOTE: The
following synopsis has been revised, changes are shown in bold font.
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. This requirement is set-aside under Section 8(a) of the
Small Business Act, so competition is limited to 8(a) firms only.
Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be issued
for a period of one basic year and four one year options. 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 $499,000 per year. Delivery orders will be issued as needed,
during the contract period. A minimum of $5,000, only, infees will be
guaranteed to the A-E for the basic contract year only. Contract award
is anticipated in September 2000. 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; or 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. It is not our
intent to provide escorts at OAFS, therefore personnel on site must
possess a favorable personnel security investigation under DOD National
Industrial Security Program Operations Manual (NISPOM). 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 project(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 to include Architectural,
Interior Design, 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 will be made as to whether 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 and knowledge of the general geographical area of OAFS. (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 affecting an equitable distribution of DOD
A-E contracts among qualified A-E firms. (8) Full time inspection
capability by the contractor. 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 should be sufficient to present a complete and
effective response. Submittal by fax WILL NOT be considered. Failure
to complete the listed standard forms and provide the additional
information requested, or provide such information and submittals
within the specified time, shall result in disqualification of the
firm. Contractors should be Central Contractor Registered (CCR) prior
to award of any government contract. Register at: http:ccr2000.com. All
responsible firms may submit statements, and will be considered for
award. Responses and submittals must be made no later than 2:00 p.m.,
Mountain Standard Time, 9 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) Posted 05/11/00
(D-SN454017). (0132) Loren Data Corp. http://www.ld.com (SYN# 0022 20000515\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|