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