Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS

C -- C -- INDEFINITE-QUANTITY-INDEFINITE-DELIVERY ARCHITECT-ENGINEER

Notice Date
February 16, 2001
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 LG/LGC, 1538 Atlantic Ave, Dobbins ARB, GA, 30069-4824
ZIP Code
30069-4824
Solicitation Number
01-3
Response Due
March 20, 2001
Point of Contact
Ralphael Sheppard, Contract Administrator, Phone 770-919-3425, Fax 770-919-5612, Email ralphael.sheppard@mge.afres.af.mil -- Thomas Dobeck, Contracting Officer, Phone 770-919-5783, Fax 770-919-5612, Email
E-Mail Address
Ralphael Sheppard (ralphael.sheppard@mge.afres.af.mil)
Description
Solicitation 01-3 Open-End Indefinite-Quantity-Indefinite-Delivery Architect-Engineer (A-E) Services at Dobbins Air Reserve Base (DARB), Georgia. Dobbins Air Reserve Base is seeking a qualified firm to provide open-end Architect-Engineer services for maintenance, repair, alteration and new construction of base building, pavements, and airfields at Dobbins ARB, GA as well as comprehensive interior design. These projects will require multi-disciplined engineering services for commercial/industrial type facilities and aviation related structures in accordance with Air Force Instruction (AFI) 32-1023. Services include, but are not limited to, production of designs, plans, specifications, drawings, life cycle cost analysis, and cost estimates; conduct fact-finding studies, surveys, investigations; development of design criteria, standard designs and other professional A-E services not necessarily connected with a specific construction project; and supervision/inspection of projects under construction. These services include; (a) Planning services, site, utility, infrastructure, traffic and facility utilization and planning studies and analysis. (b) Investigative services, topographic surveys, geo-technical analysis and reports, investigation of existing facility conditions, environmental surveys and studies, including hazardous materials (asbestos, lead based paint, etc.). (c) Design services, schematic design, design development, value engineering, cost estimating, preparation of specification and construction contract documents, and comprehensive interior design. (d) Construction supervision and inspection services, construction observation, inspection, review of submittals, site visits, consultation services during contractor preparation of operation and maintenance manuals and preparation of as-built drawings. (e) Base Comprehensive Planning, consisting of conducting field surveys and investigations to obtain data and producing Air Base development plans. (f) Other services, including design and construction related services that are not connected with a specific construction project, consisting of developing design criteria, fact-finding studies, investigations and the performance of environmental projects involving compliance, prevention, and restoration when the services of registered architects and engineers are required. The contract will provide a twelve-month base period of performance with an option for two additional twelve-month periods consisting of the same terms and conditions. The maximum fee for any one Task Order shall not exceed $400,000.00 with a cumulative amount for all Task Orders in any one-year period not to exceed $500,000.00. A minimum of $10,000.00 in fees paid is guaranteed over the life of the contract. The contract will be firm-fixed price. All work shall be performed on Dobbins ARB. Firms will be evaluated using the following criteria. Criteria numbers are shown in descending order of importance. (1) Professional qualifications necessary for satisfactory performance of required services including professional registration of members of the firm. Only firms with demonstrated full-time in-house professionally licensed expertise in the disciplines of civil, mechanical, electrical, and architectural will be considered. 2) Specialized experience and technical competence and demonstrated understanding of the unique design requirements associated with maintenance, repair, and alteration and new construction projects to include roads, utilities, aviation facilities, and sustainable design practices. 3) Capacity to accomplish the work in the required time. 4) Past performance on contracts with Government or private industry in terms of cost control (describe the process and qualifications of key persons responsible), quality of work, and process for compliance with performance schedules (and key individual responsible). List previous contracts and include the name and telephone number of the person who was the point of contact representing the Government or private industry for each contract. 5) Geographic proximity, grading criteria, selection points will be assigned by area code, and state and regional boundaries and knowledge of the local area; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the projects. 6) Volume of work awarded to the firm by the DOD during the previous twelve months. The applicable North American Industry Classification System (NAICS) Code is 541330. This notification is unrestricted. A-E firms which meet the requirements described in this announcement are invited to submit three (3) completed copies of both an SF 254, Architect-Engineer and Related Services Questionnaire (unless on file at Dobbins ARB and less than 12 months old) and SF 255, Architect-Engineer and Related Services Questionnaire for Specific Project (required for this project). All information relating to the firms' qualifications must be contained in the Standard Forms. Inclusion by reference to other materials is not acceptable. 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. There will be one initial Task Order offered with this solicitation. The selected A-E firm will receive Task Order; Project FGWB 00-0048, Upgrade Approach Lighting-West End. This project involves repair, upgrade and replacement of frangible light tower assemblies, fixtures, control and power distribution equipment. Interested firms responding to this announcement NLT 4:30 EST, 30 calendar days from the date of publication of this announcement will be considered. If the closing date is a holiday or weekend, closing will be extended to the close of business on the next business day. See Note 24. This is not a request for proposal (RFP).*****
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=01-3&L=486)
Record
Loren Data Corp. 20010221/CSOL007.HTM (D-047 SN50D947)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on February 16, 2001 by Loren Data Corp. -- info@ld.com