COMMERCE BUSINESS DAILY ISSUE OF MAY 16, 2001 PSA #2852
SOLICITATIONS
C -- C-TITLE I AND TITLE II, ARCHITECT-ENGINEER SERVICES
- Notice Date
- May 15, 2001
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron -- DeCA Support, 2250 Foulois Street, Suite 3, Bldg 8400, Lackland AFB, TX, 78236-1007
- ZIP Code
- 78236-1007
- Solicitation Number
- F41689-01-R0025
- Response Due
- June 17, 2001
- Point of Contact
- Linda Bryant, Contracting Officer, Phone 210-671-1190, Fax 210-671-1196, Email linda.bryant@randolph.af.mil -- Linda Bryant, Contracting Officer, Phone 210-671-1190, Fax 210-671-1196, Email
- E-Mail Address
- Linda Bryant (linda.bryant@randolph.af.mil)
- Description
- C -- TITLE I, AND TITLE II, ARCHITECT-ENGINEER SERVICES, POC Mike Duncan, tel 210/671-8428, Solicitation Number F41689-01-R0025. Title I, Type A & B and Optional Title II, Type C Architectural and Engineering Services for an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for design services for an indefinite number of projects worldwide. Four or more contracts will be awarded. The projects will generally consist of new commissaries and Addition/Alteration projects. Architect- Engineer services will also be required for specialized studies, analysis, geotechnical/topographical surveys, environmental and hazardous material surveys, investigations, construction inspection, cost estimating, and design for major and minor construction and refrigeration equipment replacement projects for the Defense Commissary Agency. The work may include a broad range of engineering tasks to support the planning, programming, and development of projects for DeCA worldwide. Facility types include Headquarters and Region administrative facilities, commissary stores, DeCA Distribution Centers and warehouse facilities. The work may include, but is not limited to updating standard definitive store layouts, preparation of special engineering studies, value engineering, presentations, including life cycle cost and economic analysis, cost estimating, environmental surveys, testing, studies, hazardous material surveys and studies, topographic and geotechnical studies, site investigations, preparation of scope of work and preliminary DD Form 1391's and preparation of preliminary and final design drawings, design charettes, construction drawings, and specifications. Factors to be used in the selection applicable to the project, in their relative order of importance are: (1) professional qualifications necessary for satisfactory performance of required services including subcontractors (2) recent specialized experience and technical competence in the type of work required including design of DOD commissaries, commercial supermarket facilities and applicable HVAC and refrigeration systems as well as heat recovery and other energy conservation measures; (3) professional capacity of the firm to accomplish the work in the required; (4) past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with the schedule; (5) knowledge of the locality including familiarity with host nation regulations for overseas locations including Europe and the Far East; (6) Capability to economically travel and operate in a broad geographic area and provided that application of this criterion leaves an appropriate number of qualified firms give the nature and size of the project; (7) volume of work previously awarded to the firm by the DOD with the objective of effecting an equitable distribution of contracts among qualified A&E firms including minority owned firms and firms that have not had prior DOD contracts; (8) firm demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Firms wishing to be considered must demonstrate registered professional design capability to perform the work in-house for the architectural discipline and either in-house or by use of a single consultant for mechanical (HAVAC) and refrigeration. Registered professional design capability to perform the work in-house or by use of a single or multiple consultants is required for the civil, structural, electrical and materials testing disciplines. The capability of the firm to prepare drawings, specifications, and cost estimates must be addressed on SF 255, Block 4. Multiple functions by the same person are acceptable, but all listed capabilities must be addressed. Firms with more than one office must include in Block 4 of SF 255 only those personnel in the respective office who will perform the work. Only the 1-92 edition or later of the SF 254 and SF 255 will be accepted. The total of all delivery orders per year will not exceed $2,000,000. Except for the initial order, all subsequent orders will not exceed $400,000. The AE firm is guaranteed a minimum of $5,000 during the life of the contract. The term of the contract shall be for one year with separately priced options for four additional consecutive years. Award of contract(s) is contingent upon authorization and is subject to availability of funds (SAF). Estimated contract start date is October 2001. Firms desiring consideration shall SF 254 and SF 255 within 30 days of this date of this publication to the below address. Provide a list of DOD award fees received for each award year for the past four years. No other general notification about this announcement will be made and no further action beyond submission of the standard form is required or encouraged. This is not a Request-for-Proposal. Submit data to: AETC CONS/LGCR, 2250 Foulois St. Suite 03, Lackland AFB TX 78236-1007, Attn: Mike Duncan. Submittals should reference No. F416898-01-R0025.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F41689-01-R0025&L=923)
- Record
- Loren Data Corp. 20010516/CSOL001.HTM (D-134 SN50M0J3)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 15, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|