Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,2000 PSA#2609

USPFO Louisiana, Bldg 39 Room 212 (DLS-P), Jackson Barracks, New Orleans, LA 70146

C -- ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY CONTRACT SOL LANG-RQLH-982027 DUE 062600 POC MSG J. Sharlene Alexis, Contract Specialist at 504-278-8414 E-MAIL: Click here to contact the contacting officer via e-mail, alexiss@la-arng.ngb.army.mil. Provide Architect-Engineer Services for an Indefinite Delivery Contract, multi-disciplinary, for the preparation of work to be performed on Louisiana Air National Guard facilities located at USNAS-JRB, New Orleans, LA; Jackson Barracks, New Orleans, LA; Hammond Municipal Airport, Hammond, LA; Camp Beauregard, Pineville, LA; and England Air Park, Alexandria, LA. Initial projects identified for the Air National Guard include (1) Project Title: Construct Base Supply Facility, England Air Park, Alexandria, LA. Provide design services for additional square footage for current facility and new fire suppression system. (2) Project Title: Replace Roof & HVAC, Headquarters Building, USNAS-JRB, New Orleans, LA. Provide design services to remove and demolish existing HVAC system and replace with a new system, retrofit flat roof system to a pitched standing seam metal roof. (3) Project Title: Construct Aircraft Covered Washrack, USNAS-JRB, New Orleans, LA. Provide design services to construct a metal building over existing Washrack. (4) Project Title: Repair C.E. Training Facility, Hammond, LA. Provide design services to completely renovate interior of facility, replace existing HVAC ductwork, remove and replace all windows and doors. (5) Project Title: Repair Vehicle/ ASE Maintenance Facility, Hammond, LA. Provide design services for the complete renovation of existing vehicle maintenance facility. (6) Project Title: Repair Roof/Hangar Door, USNAS-JRB, New Orleans, LA. Provide design services to repair high bay roof on aircraft hangar, recondition or replace existing hangar door. The total A-E fee is limited to $500,000.00. The contract shall be for one year with a one-year continuation option or until the $500,000.00 is reached, whichever comes first. A minimum of $5,000.00 will be guaranteed should no work be ordered under this contract. The proposed contract includes a one-year government option for the same basic professional skills. The option year 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 cost elements that are particular to the contract. Upon award, negotiations for each specifice delivery order shall be conducted on the A-E effort involved. Request qualified A-E to perform type "A", type "B", and type "C" services for various projects. Type "A" services shall include, but not limited to field surveys, investigations, testing, evaluations, research, examinations, and measurements required to obtain data essential to the performance of type "B" services. Type "B" services include calculations, designs, cost estimates, drawings, and specifications of suitable quality and completeness for bidding by contractors. Design shall be based on project books or statement of works to be furnished by the government and on conclusions reached by the exercise of the type "A" service. Type "C" services shall include all labor, equipment, and materials required for the complete construction inspection, and review of submittal and shop drawings as well as material testing required by the construction documents and normal construction documents and normal construction practices. A-E selection criteria will include in 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; (3) capacity to accomplish the 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 graphical area of the project and knowledge of the locality of the project, provided that there is an adequate number of qualified firms therein for consideration; (6) volume of work previously awarded by the DOD to the firm with the object of affecting an equitable distribution of contracts among qualified A-E firms which meet the requirements described in this announcement and whom are interested in being under consideration for this work are invited to submit a completed SF 254, U.S. Government Architect-Engineer Questionnaire and a SF 255, Architect-Engineer and Related Services Questionnaire to this office within 30 days of this publication. No other notification to firms under consideration for this work is made and no further action is required. This is not a request for proposals. This is an unrestricted procurement action, open to small, small disadvantaged and large business. Firms should submit SF 254's and 255's to the following address: USPFO for Louisiana, Jackson Barracks, Bldg. 39, Room 212, DLS-P, ATTN: J. Sharlene Alexis, New Orleans, LA 70146-0330. Interested A-E firms must submit (1) one copy of each form to this office no later than 4:00PM Central Standard Time on June 26, 2000 to be considered for selection by this office. Posted 05/23/00 (W-SN457911). (0144)

Loren Data Corp. http://www.ld.com (SYN# 0036 20000526\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page