Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600

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 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