Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1998 PSA#2040

7th Contracting Squadron, 381 Third Street, Dyess AFB, TX 79607-1581

C -- ARCHITECT-ENGINEER (A-E) SERVICES IDIQ CONTRACT(S) FOR VARIOUS A-E SERVICES SOL RFP f41652-98-R0026 DUE 042198 POC Fredda Morse, 915-696-2360 or William D. Banks, 915-696-2285/2679 The contracting officer may elect to award multiple contracts from this synopsis. The contract(s) will cover a one-year basic ordering period with two one-year option periods. Initial contract(s) are anticipated to be awarded during the Sep/Oct 98 timeframe. Subsequent contract(s) may be awarded at a later date. Delivery Orders will be issued on an as required basis during the contract period. A single Delivery Order will not exceed $299,000.00. Cumulative amounts of all Delivery Orders will not exceed $500,000.00 for the life of the contract, including options. Total fees of $5000.00 are guaranteed in the basic year only. Design services required will be predominantly renovation, additions, alterations, remodeling, minor construction, repair, and maintenance type projects; including preparation of drawings, specifications, design analyses and cost estimates for the purposes of bidding and construction. Various types of A-E services such as site investigation, drafting and CADD services, inspection, planning, studies, and reports may also be required as related to project design. Projects may include various combinations of disciplines including mechanical, electrical, and fire protection but will be predominantly architectural, civil, structural, and/or environmental related. Firms desiring consideration should have on-staff or listed as key consultants the complete array of major engineering and architectural disciplines. Significant evaluation factors in the order of relative importance are as follows: (1) Recent specialized experience in the areas of remodeling/renovation of administrative/industrial/living/medical Air Force type facilities. This work requires the ability to coordinate various engineering disciplines and the multi-faceted aspects of phasing of construction to accommodate work under occupied conditions. Do not list more than a total of 10 projects in block 8 of the SF 255. Indicate which consultants/sub-contractors from the proposed team, if any participated in the preparation of each design project. (2) Past performance of firm with respect to execution on previous Department of Defense (DoD) and other contracts including but not limited to such factors as reliability of cost estimates, construction changes, and design awards/recognition. Indicate by briefly describing internal design quality control procedures and cost control initiatives. Indicate effectiveness by listing owner's budgets, final A-E estimate, contract award amount, percentage differential; and construction change orders amount and percentage for up to five recent projects. List any awards, commendations, or performance recognitions. (3) Professional qualifications of actual staff members to be assigned to the projects. Additionally, principal must have on his staff or listed as a consultant firms/individuals with demonstrated experience in environmental testing, design and remediation expertise including friable asbestos, lead-based paint, and underground toxic substances. Also, indicate who will be the single prime project manager/single point of contact for all Dyess AFB projects. (4) Capabilities of firm to respond to short-notice requirements and to accomplish complete designs within required established schedules. Indicate the firm's present workload and the availability of the project team (including consultants/sub-contractors) for the initial performance period Oct 1998 thru Sep 1999.) (5) Location in this geographical area of consideration which is within a 175-mile radius of Dyess AFB, Abilene, TX (Only firms in this geographical area/radius will be considered) and knowledge of the locality of the projects which is Dyess AFB, TX. (6) Volume of DoD work previously awarded with the objective of effecting an equitable distribution of contracts among qualified firms. Firms desiring consideration must list the dollar value of actual award fees for previous 12-month period immediately preceding the date of this announcement on SF Form 255 item 10. Firms desiring consideration shall submit appropriate data as described in numbered Note 24. SF Forms 254/255 must fully address all evaluation factors to be considered for selection. All information must be included on the SF Forms 254/255. Firms not providing the requested information in the format directed by this synopsis (i.e. listing more than a total of 10 projects in block 8, not listing which office of multiple office firm's completed projects listed in block 8, etc.) may be negatively evaluated under selection criteria. This is not a Request for Proposal. For further information contact 7th Contracting Squadron, 7 CONS/LGCC, 381 Third St., Dyess AFB, TX 79607-1581, (915) 696-2679. Response to this notice (SF Forms 254/255) must be received in the contracting office no later than 4:30 p.m. CST, 21 Apr 98. (0055)

Loren Data Corp. http://www.ld.com (SYN# 0014 19980226\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page