Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1999 PSA#2281

United States Air Force, Air Education and Training Command, Specialized Contracting Squadron, Randolph AFB, TX, 2021 First Street West, Randolph AFB, TX, 78150-4302

C -- C -- ARCHITECT AND ENGINEERING, CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES SOL F41689-99-R-00XX DUE 022599 POC Anita Maldonado, Contracting Officer, Phone 210-671-1190, Email WEB: Visit this URL for the latest information about this, http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F41689-99-R -00XX&LocID=467. E-MAIL: Anita Maldonado, anita.maldonado@randolph.af.mil. SYNOPSIS OF ARCHITECT-ENGINEER SERVICES, PMAC4 R -- ARCHITECT-ENGINEERING. CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES. POC Anita Maldonado tel: 210/671-1194/ Quality Assurance Inspection Services, facility condition assessment, and Management Assistance for multiple Department of Defense (DOD) Commissary, Army Air Force Exchange Service(AAFES), and Navy Exchanges & Lodges construction projects located throughout the continental US and Overseas. The group of construction projects to be managed/inspected during the construction phases consists of significant additions and alterations to existing DOD commissary stores, exchanges stores, and lodges, the construction of new and some minor construction projects involving store equipment changes and minor building modifications. The Architect-Engineer contractor shall perform all services required for surveillance and inspection during the process of construction to final acceptance. Additionally the contractor shall provide schedule management and technical advisory administrative support to Government Contracting personnel. Services shall include full integrated management of the multi-project program, utilizing a central "Core Management Team," individual on-site construction inspectors for major projects, and traveling inspectors for designated minor construction projects, as well as area managers, technical support from the contractor's home office, and a centralized computerized management information system. Construction sites for Army, Air Force, Navy, and Marine Corps store construction included in the Scope of Work are located in: Alabama, Alaska, Arizona, Arkansas, California, Colorado, Florida, Georgia, Hawaii, Louisiana, Maine, Maryland, Massachusetts, Mississippi, Montana, New Jersey, New York, North Carolina, North Dakota, Oklahoma, Pennsylvania, Puerto Rico, Rhode Island, South Carolina, Tennessee, Texas, Utah, Virginia, and Washington State. Scope of the projects to be managed range from minor construction projects to major renovations and new stores ranging from 20,000 to 100,000 square feet and include sales areas, warehouse, cold storage, meat/produce processing areas, administrative areas, parking and service areas, lodges, utilities, and landscaping with a construction cost range of $200,000 to $45,000,000 each. Scope of the entire contract includes 61 projects at an aggregate construction cost ranging from $200-$350 million, and up to 80 facility assessments per year. Contract period shall coincide with the construction contract periods with first projects estimated to begin in early September 1999 and end in early September 2003. The selected firm should have a team capable of providing multi-disciplinary construction management services including architecture, and mechanical (including refrigeration), electrical, structural, civil, and environmental engineering. Screening of firms will be based on the professional qualifications and experience necessary for the successful performance of the services required. Evaluation factors tobe used in the selection are (1) specialized experience in the field required (2) full time qualified construction management capability, (3) professional qualifications of personnel including consultants, (4) professional capacity of the firm to accomplish work in the desired time frame, (5) past experience on DOD and other contracts, (6) availability of key personnel (prime and consultants), (7) volume of DOD work awarded in the previous 12 months, and (8) firm demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Proximity is not a factor due to the varied projects locations. Firms participating in the Defense Commissary design/build projects currently under contract as member of a design team, are ineligible in order to avoid conflict of interest. Firms desiring consideration shall submit appropriate data to HQ DeCA/ENDD ATTN: C. Davis, 2250 Foulois St Site 2, Lackland AFB, TX 78236-1039. Technical questions should be addressed to HQ DeCA/ENDD/Charlie Davis, (210) 671-3305. Include SF Forms 254 and 255, A-E and related Services Questionnaire for specific projects. Only the 11-92 edition or later of the SF Forms 254 and 255 will be accepted. The total of all delivery orders per year will not exceed $4,000,000 and total contract will not exceed $16,000,000. Except for the initial order, no subsequent order will exceed $900,000. The initial order may not exceed $ 3,500,000. The A-E is guaranteed a minimum of $15,000 during the life of the contract. The term of the contract shall be for one year with separately priced options for three additional years contingent upon waiver from AFFARS 5336.691(a), (b), and (f). Award of contract is contingent upon authorization and is subject to availability for funds (SAF). All responses received within 30 calendar days after this publication will be considered for selection. No other general notification to firms under consideration for this project will be made and no further action beyond submittal of SF 254 and 255 is required. As part of the evaluation process, the Government reserves the right to hold interviews with all responders. The government further reserves the right to conduct interviews in the San Antonio, TX area or by telephone. This is not a RFP. Responses, including submission of SF 254/255 must be received within 30 days from the date of this issue to be considered for selection. Responses should reference No. F41689-R-00xx. ADD: After the sentence "The Architect-Engineer contractor shall perform all services required for surveillance and inspection during the process of constrcution to final acceptance." Add "This solicitaion will result in one contract with delivery orders issued against the one contract." Before the sentence "The Architect-Engineer contractor shall perform all services required for surveillance and inspection during the process of constrcution to final acceptance." Add "Related type of work includes grocery stores, retail facilities, nonappropriated funded projects, facility assessments, and multi-site construction management. CHANGE: Replace "Proximity is not a factor due to the varied projects." with "(9) location in the general geographical area of the projects and knowledge of the locality." Replace "(5) past experience on DoD and other contracts," with "(5) performance and past experience on DoD and other contracts," The due date is extended to 1600, 25 Feb 99. Posted 02/09/99 (D-SN296564). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0023 19990211\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page