Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1, 2001 PSA #2905
SOLICITATIONS

C -- ARCHITECT AND ENGINEERING SERVICES, INDEFINITE DELIVERY INDEFINITE-QUANTITY, FIRM-FIXED PRICE CONTRACT

Notice Date
July 30, 2001
Contracting Office
Operational Contracting Division, 127 WG/LGC, 43200 Maple Street, Bldg 105, Selfridge ANG Base, MI 48045-5213
ZIP Code
48045-5213
Solicitation Number
DAHA20-01-R-0015
Point of Contact
Dawn Anne Remick, 810-307-4883, Audrey Barnett,810-307-4481
E-Mail Address
suzanne.bewersdorff@miself.ang.af.mil (Dawn.remick@miself.ang.af.mil or Audrey.barnett@miself.ang.af.mil)
Description
The purpose of this synopsis is for Architect-Engineerring (A/E) Services for preparation of a variety of Architectural and Engineering projects through a firm-fixed price/Indefinite Delivery Indefinite-Quantity (IDIQ) Contract -- Construction, NAICS 541310, Contracting Office: Michigan Air National Guard, Selfridge Air National guard (SANG), MI. The contracts will be for services primarily at SANG Base, MI; but not limited to the State of Michigan for a period of one year with the Government option for a four additional one year periods. The A/E firms selected shall primarily provide design, management, inspection, and estimating services. Firms may be required to provide scope, development, planning, interior design, environmental studies, feasibility studies, problem analysis, design review, value engineering reviews, consulting/design/construction management for work, building designs for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building additions and/or building renovations. These services are typically know as Type A, B, and C services, to include reproduction. Potential projects will require multi-discipline engineering services for various commercial or industrial type facilities vertical/horizontal -- pavements/roads/airfields and aviation related structures. Services that may be requested include, but are not limited to, preparation of designs, plans, drawings, life-cycle cost analysis, construction cost estimates, project specifications; fact-finding studies, surveys, investigations, other professional A/E services not necessarily connected with a specific construction project; and, supervision/inspection of projects under construction. The amount of the proposed contracts (base year and option years) shall not exceed $7,000,000. No single delivery order may exceed $550,000. A minimum fee of $1,000 is guaranteed during the life of the contract to include option years. Supervision/Inspection services may include review of material submittals and shop drawings, evaluation of proposed contract modifications, assisting in the preparation of the technical documents need to execute modifications, and other type "C" service related tasks. An Indefinite Delivery Indefinite Quantity (IDIQ) will be awarded. Selection of the firm will be in accordance with Subpart 36.602 of the Federal Acquisition Regulation, DOD, and Army Supplements and will be based on the following criteria, listed in the following order of importance: (1) Professional capabilities of the staff to provide satisfactorily performance of the service required; (2) Specilized experience and technical competence in the type of work required under this contract to include, but not limited to, new facilities, pavements, and utility designs, existing facilities renovations; repair to existing facilities, pavements, and utilities energy conservations, pollution prevention ; waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the work in the required time. Indicate the firm's present workload and availability of the project team (including consltants) for the specified contract performance period and indicate specialized equipment available and prior security clearances; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and construction cost control procedures and indicate team members who are responsible for monityoring these processes. List recent awards, commendations and other performance (D0 NOT SUBMIT COPIES); (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, and (6) Volume of work awarded by DOD during the past twelve months. This announcement is open to firms regardless of size. The North American Industrial Classification (NAICS) IS 541310 and the annual size os $4.0 million. Qualified minority firms are encouraged to participate. This provision does not apply to small business concerns. In accordance with Public Law 95-507, the A/E firm will be required to provide the maximum practicable opportunities for small business concerns and small business concerns owned and controlled by socially and economically disadvantaged individuals to participate as subcontractors in the performance of this contract. As part of its commitment to socieconomic initiative of the Federal Government, the National Guard Bureau has established for Fisca; Year 2001 subcontracting goals of 40 percent for Hubzone business, 7.5 percent for small disadvantaged business and 5 percent for women-owned business. Architectural and engineering firms wishing to be considered must submit three (3) copies or sets of completed Standard 254 and 255 and other pertinent information. The use of subcontractors shown on SF 254/255s will be reflected in the Small Business and in the contract. Firms must provide a brief narrative of outreach efforts made to utilize small, small disadvantged, and women-owned businesses, not exceeding one typewritten page. You must not in Block 10 of the SF 255 all DOD contracts awarded your firm and affiliates (do not include outside consultants) during the last twelve (12) months along with the dollar amount of each award and the total amount awarded. The estimating starting date if 1 October 2001. Firms and their consultants desiring consideration shall submit SF 254 to include Minority Status in Block 4A and SF 255 to include size status in Block 10. All contractors interested in this project must register at our website: http://selfridgecontracting.com. Contractors may also print synopsis at this website. Applications for CCR registeration may also be obtained on-line at the above website by clicking the Central Contractor Registrationpr http://www.ccr2000.com. All interested parties must be CCR registered to obtain an award. Reponses to this synopsis must be received by the designated office/individual no later than 30 days from the date of publication in the CBD. Interested firms shall mail their SF 254/255s to the following address: 127 WG/LGC, 43200 Maple Street, Building 105, Selfridge ANG Base, MI 48045-5213. THIS IS NOT A REQUEST FOR PROPOSAL.
Web Link
NA (http://selfridgecontracting.com)
Record
Loren Data Corp. 20010801/CSOL002.HTM (W-211 SN50T3N4)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 30, 2001 by Loren Data Corp. -- info@ld.com