COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31, 2000 PSA #2717
SOLICITATIONS
C -- ARCHITECT-ENGINEER INDEFINITE DELIVERY/INDEFINITE QUANITY CONTRACT
- Notice Date
- October 27, 2000
- Contracting Office
- USPFO for Arizona (AZAA-PFP), Building M5800, 5645 E. McDowell Road, Phoenix, AZ 85008-3422
- ZIP Code
- 85008-3422
- Solicitation Number
- DAHA02-00-R-0001
- Response Due
- November 30, 2000
- Point of Contact
- ERROR -- MAJ Oscar R. Alejandro (602) 267-2307
- E-Mail Address
- ERROR -- oscar.alejandro@az.ngb.army.mil (oscar.alejandro@az.ngb.army.mil)
- Description
- Architect-Engineer (A&E) Services: Indefinite Delivery contract, multidisciplinary, for the preparation of A&E plans, specifications, cost estimates, studies, construction inspection, services investigations, surveying and mapping, tests, evaluation, consultation, comprehensive planning, program engineering, construction phase services, soils engineering, drawing reviews, preparations of operating and maintenance manuals, and other related services for the 162nd TFW, Tucson International Airport, Arizona and other Air National Guard (ANG) and Army National Guard units in the state of Arizona. Cost Range: The total A-E Fee for this contract is $1,500,000.00 per year. The contract shall be for one year or until $1,500,000.00 is reached, whichever occurs first. All delivery orders are limited to $300,00.00. A minimum of $1,000.00 will be guaranteed should no work be ordered under this contract. The proposed contract includes four, one year Government options for the same basic professional skills. The option years are 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, which are particular to the contract. Upon award, negotiations for each specific 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, excavations, 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 statements of works to be furnished by the Government and on conclusions reached by the exercise of the Type "A" Services. Type "C" Services shall include all labor, equipment and materials required for the complete construction inspection, testing, and review of submittals and shop drawings, as well as material testing required by the construction documents and normal construction practices. Architect-Engineer 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 geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6) The volume of work previously awarded the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A&E contracts among qualified A&E Firms; including small and small disadvantaged business firms, and firms that have not had prior Department of Defense contracts. A&E Firms which meet the requirements described in this announcement are invited to submit the following within 30 calendar days of this publication, in order to be received by this office and considered for selection: 1) SF 254 U.S. Government Architect-Engineer Questionnaire for this specific project. Typical projects identified, but not limited to are as follows: A) Remodel building #44. B) Repair Base Roads. C) Locate Utilities on Base. D) Upgrade Base Security System. E) Alter Avionics for AIS. F) Repair Roof Building #22. G) Repair Asphalt. H) Construction Corrosion Control. I) Repair Barrier Access Roads. J) Construct Firefighter Standby Area. K) Repair HVAC Buildings #3, #6, #12, #39, and #49. L) Repair Apron Joints. M) Repair Parking Apron. N) Stabilize Airport Wash. O) Construct Apron Lighting. P) Repair Runway 11L Overrun. Q) Repair Plumbing in Hydrazine. R) Upgrade Fire Detection System. S) Repair Hangar Doors. T) Upgrade Aerospace Ground Equipment Shop. 2) SF 255 Architect-Engineer and Related Services Questionnaire for Specific Project. A&E Firms should have telephone, facsimile, e-mail, copier, computer with Microsoft 97 Word, Excel, Project and Access compatible programs, and AutoCad, version 14. A&E Firms are ineligible to compete for A&E designs contracts for which they have developed the project book and/or Statements of Work. The solicitation and resulting contract will contain an option to extend contract services for increments of four one year periods. No other general notification to firms under consideration for this work is made and no further action is required. This is not a request for proposal. This is an unrestricted procurement action, opened to both small and large business.
- Record
- Loren Data Corp. 20001031/CSOL006.HTM (W-301 SN5053V4)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 27, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|