Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 21,2000 PSA#2647

Department of the Air Force, Air Force Reserve Command, 910 LG/LGC, 3976 King Graves Road, Unit 25, Youngstown ARS, OH, 44473-5925

C -- IDIQ A-E SERVICES SOL Reference-Number-F33630-A-E-IDIQ DUE 082100 POC Susan Weaver, Contract Specialist, Phone 330-609-1212, Fax 330-609-1389, Email susan.weaver@youngstown.af.mil -- Helen Jordan, Contract Specialist, Phone 330-609-1306, Fax 330-609-1042, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Number-F33630-A-E-IDIQ&LocID=523. E-MAIL: Susan Weaver, susan.weaver@youngstown.af.mil. INDEFINITE QUANTITY-INDEFINITE DELIVERY (IDIQ) A-E SERVICES CONTRACT: Architectural-Engineering services are required for various construction projects at 910th Airlift Wing, 3976 King Graves Rd, Vienna OH 44473 (Trumbull County). These projects will be accomplished under delivery orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) Contract as the need arises during the contract period. The contract will be for a period of one year with the option to extend for one additional year. Cumulative delivery order award amount for each period (year) will not exceed $250,000; total contract amount will not exceed $500,000. A minimum of $5,000, only, in fees will be guaranteed to the A-E for the basic contract and for the option year, if exercised. Contract award is anticipated in Oct 2000. A-E Services include fact-finding studies, site surveys, investigations, and economic analysis in support of design requirements; the production of designs, construction drawings, specifications, and estimates as required to execute construction projects. Design services consist of concept designs and studies, economic analyses, site surveys/investigations, engineering calculations, contract drawings, specifications and cost estimates, master planning services and/or comprehensive plans. Projects could involve various combinations of architectural, civil, structural, electrical, mechanical and sanitary disciplines; subcontractors, outside associates or consultants may provide these disciplines. Projects will include a variety of maintenance, repair, alteration, enhancement and new projects as required. Delivery orders may include requirements for HAZMAT site surveys to determine the existence of lead based paint and/or asbestos containing material, and/or development of complete abatement drawings and specifications incorporating current Government guidelines. SIC Code: 8712, Size Standard $4.0M. Firms will be evaluated on the following criteria, listed in descending order of importance, regarding its firm and including its collaborative/consultant firms: (1) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials; (2) Professional qualifications necessary for satisfactory performance of required services and availability of key personnel to work on projects; (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 other compliance with performance schedules; list previous contracts and include the name, address, telephone number, fax number and email address who was the point of contact representing the Government or private industry for each contract (5) Location in the general geographical area of the project and knowledge of the locality of the project; (6) Volume of work previously awarded to the firm with the object of effecting an equitable distribution of DoD Architect-Engineer (A-E) contracts among qualified A-E firms including firms that have not had prior DoD contracts. Interested firms should submit Standard Form 254, Architect-Engineer and Related Services Questionnaire and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, for their firm and each of their collaborative/consultant firms by the closing date. The SF 255 is limited to the eleven pages of the form itself plus five additional pages of information concerning the firms_ qualifications related to this specific contract. Firms responding to this announcement not later than 4:00 PM, 30 calendar days from the date of the publication of this announcement will be considered. . 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 via email is preferred (email address shown below); submittal by regular mail may be made to the address shown above; submittal by fax will not be considered. Standard Form 254 and/or 255 may be downloaded at the following website: http://www.gsa.gov/forms. Posted 07/19/00 (D-SN476746). (0201)

Loren Data Corp. http://www.ld.com (SYN# 0022 20000721\C-0006.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on July 19, 1988 by Loren Data Corp. -- info@ld.com