Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1998 PSA#2034

USPFO for North Dakota, Attn: AGND-PFO-PC, P.O. Box 5511, Bismarck, North Dakota, 58506-5511

C -- ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY CONTRACT DUE 032598 POC Contact Capt Ron Solberg, Base Civil Engineer, 701-241-7210; CPT Scott Boespflug, Supervisory Contract Specialist, 701-224-5204; CPT Nate Erstad, Contract Specialist 701-224-5972; or MSgt Dallas Eckholm, Contract Specialist; 701-224-5190 Architect-Engineer (A-E) Services, Indefinite Delivery Contract for the North Dakota Air National Guard (NDANG), Hector IAP, Fargo, North Dakota. This is an "open-end" A-E contract in which specific delivery orders will be negotiated and issued as project requirements are identified. In addition to the NDANG, projects may include work for the North Dakota Army National Guard (NDARNG) as required. The contract will have a maximum cumulative yearly fee limit of $1,500,000.00, a minimum guarantee of $5,000.00, and a contract time limit of 1 year from date of award with an option to extend for 1 additional year. The A-E firm maybe required to perform structural, mechanical, electrical, civil, and environmental decisions for construction and alteration of multi-use facilities and base utilities/pavements. No single project (delivery order) shall exceed $300,000.00. The A-E services may require investigative and concept (Type A) services; design (Type B) services; and construction (Type C) services. It may also be the government's intent under this contract, to place orders for the preparation of project books/statement of work for separate projects. In this instance the A-E would then be ineligible to compete for the design contract for which they have developed the project book and/or statement of work. A-E selection criteria shall include in order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performace schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; and (7) Acceptability under other appropriate evaluation criteria. Negotiations will be conducted for houly rates for each discipline required, overhead, profit and other cost elements which are particular to the contract. Upon award, negotiations for each specific delivery order shall be conducted on the A-E effort involved. A-E firms which meet the requirements described in the announcement are invited to submit the following: (1) a complete SF 254, U.S. Government Architect-Engineer Questionnaire. (2) A SF 255, Architect-Engineer and Related Service Questionnaire for this specific project. Receipt must be within 30 calendar days of this publication in order to be received and considered for selection by this office. The completed SF 254's and 255's shall be submitted to the following address: USPFO for North Dakota ATTN: AGND-PFO-PC P.O. Box 5511 Bismarck, ND 58506-5511. (0044)

Loren Data Corp. http://www.ld.com (SYN# 0023 19980218\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page