Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7, 2000 PSA #2722
SOLICITATIONS

C -- TITLE I AND TITLE II SERVICES FOR MECHANICAL/ELECTRICAL ENGINEERING PROJECTS AT RANDOLPH AFB TX

Notice Date
November 3, 2000
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
ZIP Code
78150-4525
Solicitation Number
F41691-01-R-0004
Response Due
December 4, 2000
Point of Contact
Dolores Brame, Contract Specialist, Phone 210-652-5121, Fax 210-652-5135, Email dolores.brame@randolph.af.mil -- Sharon Mendez, Contract Specialist, Phone 210-652-5141, Fax 210-652-5135, Email
E-Mail Address
Dolores Brame (dolores.brame@randolph.af.mil)
Description
Architect-Engineer Services are required for Title I and Title II Services for Mechanical/Electrical Engineering projects at Randolph AFB TX including Randolph AFB areas of responsibility at Canyon Lake, Seguin Auxiliary Airfield, Hondo Auxiliary Airfield and Camp Bullis, Texas. Computer Aided design and drafting (CADD) capability and compatibility with AutoCADD Version 2000 and capability to digitize existing drawings for CADD use are also required. Services include but are not limited to: (1) Making Technical Studies, Analyses, Surveys, Investigations, and Reports; (2) Planning of Site Developments and Installations: (3) Designing and developing drawings and specifications, cost estimates and design analysis; (4) Supervising and inspecting Maintenance, Repair, and Construction Projects; and (5) Performing the necessary supervision and coordination of all phases of A-E work. Services may require single or all disciplines including mechanical, electrical, civil and architectural, with primarily Mechanical/Electrical Engineering Requirements. A firm fixed price indefinite delivery, indefinite quantity contract is contemplated. The contract will be competitively awarded on an unrestricted basis. The contract will cover a one-year basic period with two one-year option periods. The contractor is guaranteed a minimum of $5,000 in fees each year of the contract. No individual delivery order will be more than $299,000 in fees and the total of all delivery order fees will not exceed $750,000 per contract year. Estimated start date is Mar 2001. Visits (scheduled or not) to 12 CES will not be allowed on or before the date the proposals are due. The Standard Industrial Classification (SIC) Code is 8711 and the NAICS Code is 541330 with a size standard of $4M. Small business concerns and small disadvantage business concerns are encouraged to respond to this announcement. Evaluation Criteria in relative order of importance to be used for selection of the A-E Firm include: (1) Specialized experience demonstrating ability in past professional work of similar nature, including energy conservation, pollution prevention, waste reduction and use of recovered materials. Also, demonstrating ability with CADD capability and compatibility with AutoCADD and capability to digitize existing drawings for CADD use. (2) Professional qualifications of the staff to be assigned to the project. (3) Professional capacity to accomplish the work within anticipated schedule. (4) Past performance with respect to execution of both DOD and non-DOD contracts. (5) Location within a 250-mile radius of San Antonio or within one hour by Air Travel with priority for local firms, provided an appropriate number of qualified firms are available. (6) Dollar value of DOD work awarded for the three years preceding the date of this synopsis. In addition to the above, each firm will indicate selected consultants, to include, but not limited to the following design disciplines: (A) Architectural (including Landscape Architects), (B) Civil Engineer (General plus Airfield design), (C) Structural. (D) Mechanical (primarily HVAC, Plumbing, and Fire Protection and EMCS connections), (E) Environmental (Hazardous Waste Identification and Design) and (F) Electrical (Building Design, Fire Detection and Alarm Systems, Exterior Lighting, Airfield Lighting Design and Underground Distribution). Consultants, Joint Ventures or complete in-house capability of the listed design disciplines is acceptable. In addition, each firm must have CADD capability either in-house or through the use of consultants. In the event of a tie, the following factor will be used as the tiebreaker: Commitment to small disadvantage business (SDB) concerns. The offeror shall provide a clear, detailed, logical, and realistic plan for the basic contract period and all option years which expresses definitive commitments to SDB concerns in performance of the contract and provides documentation of performance abilities of the proposed SDB(s) as well as the type of work to be performed. Participation in performance of the contract includes joint ventures, teaming arrangements, and subcontracts. Responses received before 4 Dec 00, 4:00 C.S.T, will be considered for selection. A-E firms which meet the requirements described in this announcement, are invited to submit five copies of completed SF 254, Architect-Engineering and Related Services Questionnaire and five copies of SF 255, Architect-Engineer and Related Services Questionnaire for Specific Project. Firms are directed to keep the total page count of submission to no more than 30 single sided pages (8.5 x 11, minimum element font size 12); any additional pages or other documents submitted will be destroyed without consideration. Inclusion by reference to other materials is not acceptable. Submit applications to 12 CONS/LGCA, Attention: Dee Brame. 395 B Street West, Randolph AFB 78150-4525. Comments, questions, and suggestions regarding this announcement may be directed to Dee Brame, 210-652-5141 or Dolores.Brame@randolph.af.mil.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F41691-01-R-0004&L=464)
Record
Loren Data Corp. 20001107/CSOL003.HTM (D-308 SN5058S3)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 3, 2000 by Loren Data Corp. -- info@ld.com