Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1996 PSA#1665

USP&FO FOR MINNESOTA, ATTN: PROCUREMENT DIVISION, PO BOX 288 CAMP RIPLEY, LITTLE FALLS MN 56345-0288

C -- INDEFINITE DELIVERY/QUANTITY (''OPEN-END'') A/E CONTRACT, MINNESOTA AIR NATIONAL GUARD BASE, DULUTH INTERNATIONAL AIRPORT, DULUTH, MINNESOTA SOL XXXRPM-7001-XXXX POC Contract Specialist TODD J. HORNESS, CW2, MNARNG (320) 632-7402 (Site Code DAHA21) This is an indefinite delivery/quantity ''open-end'' A/E contract in which specific delivery orders will be negotiated and issued as projects requiring A/E services are identified. The A/E services required may include Investigative and Concept (Type A) services, Design (Type B) services, and Construction Inspection (Type C) services, at Government option. The maximum fee for any one delivery order shall not exceed $150,000. The cumulative amount for all delivery orders in any one contract year shall not exceed $750,000. The contract will be in effect for a one-year duration, with the provision to extend for two additional one-year extensions, at the option of the Government. Each extension shall have a $750,000 cumulative ceiling. Note that regulations preclude firms that develop project books/statements of work from competing for the subsequent A/E design contracts. Regulations also preclude firms that design a Government project from constructing same. This is an unrestricted procurement, but small businesses and SDB firms are encouraged to apply. Firms desiring consideration shall submit appropriate data as described in numbered Note 24 not later than the close of business, Tuesday, 1 October, 1996. Submit data to Lieutenant Colonel Joel D. Manns, Base Civil Engineer, Minnesota Air National Guard Base, 4630 Mustang Drive, Duluth, MN 55811-6036. This is not a request for proposal. Firms under consideration by the board will be evaluated under the following criteria in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of the services required under this contract. (2) Specialized experience and technical competence in this type of work. (3) Capacity to accomplish work in the required time, to include suitability of firm size, organization, and disciplines. (4) Demonstrated performance on previous work, in terms of cost control, quality of work, and compliance with performance schedules. (5) Geographic proximity to the greater Duluth, Minnesota area. (6) Demonstrated success in achieving energy efficiency in facility design. Waste reduction efficiencies and prescribing the use of recovered materials are also considerations under this criterion. (7) Volume of present and past DoD work (inverse) with the object of effecting equitable DoD contract distribution. Final selection order of preference shall be determined by a voting board after providing A/E firms with the opportunity to make a presentation, and further examination of qualifications. Direct any questions regarding this synopsis to the buyer listed above. Site visits for the purpose of discussing your firm's qualifications and experience are not permitted during the selection period. Note that submissions (one copy only) are to be mailed directly to the Base Civil Engineer at the Air National Guard(0234)

Loren Data Corp. http://www.ld.com (SYN# 0016 19960822\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page