|
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1995 PSA#1392USPFO for Wisconsin, 8 Madison Boulevard, Building 23, Camp Williams,
Camp Douglas, Wisconsin 54618-5002 C -- ARCHITECT-ENGINEER INDEFINITE DELIVERY/QUANTITY (IDIO) SERVICES
CONTRACT FOR MISCELLANEOUS DESIGN SERVICES Contact Point, 1LT Kevin R.
Quist, Contract Specialist, (608) 427-7272 Contract Information:
Architectural and Engineering Indefinite Delivery/Quantity (IDIQ)
Services. The work requires Multi-Disciplinary professionals A-E
services for various small projects located at General Mitchell IAP
(ANG), Milwaukee, Wisconsin; Truax Field ANGB, Madison, Wisconsin; and,
Volk Field CRTC, Camp Douglas, Wisconsin. Work includes production of
designs, plans and specifications, estimates, and inspection services
as required to execute construction projects. Also, conduct fact
finding studies, surveys, and investigations in support of designated
activities. Proposed contract will have a base period of one year and
an option period of one year. Individual, fixed-price delivery orders
shall not exceed $150,000 and the annual maximum monetary limit for the
base year and option year is $750,000. The Government guarantees a
minimum contract amount of $5,000. This announcement is open to all
businesses regardless of size. If a large business is selected for this
proposed contract, it must comply with FAR 52.219-9 regarding the
requirement for a subcontracting plan on that part of the work it
intends to subcontract. The subcontracting goals are that a minimum of
20% of the contractor's intended subcontract amount be placed with
with small businesses (SB), including small disadvantaged businesses
(SDB) and 5% be placed with SDB. The plan is not required with this
submittal. 2. Project Information: Typical work may include but is not
limited to: (a) Alteration/ addition and repair/maintenance of
utilities, grounds, roads, buildings and structures; (b) Heating and
air conditioning systems; (c) Building electrical systems. The initial
proposed delivery order under the proposed contract will be for a
Graphic Information System at Truax Field. Type A (Investigative), Type
B (Design) and Type C (Inspection) Services may be required. 3.
Selection Criteria: Selection criteria to be used in selecting firms
shall be as outlined in FAR 36.602-1 and DFARS 236.602-i (a) (6) which
includes, but not limited to, the following, listed in the relative
order of importance: (a) Professional qualifications necessary for
satisfactory performance of the required services; (b) Specialized
experience and technical competence in the type of work required; (c)
Capacity to accomplish work in required time. The evaluation will
consider the experience of the firm and any consultants in similar
sized projects, and the availability of an adequate number of personnel
in key disciplines; (d) Past job performance on contracts with
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules; (e)
Location of the firm (Office of Performance) in the general geographic
area of the project and knowledge of the locality of the project;
provided, that application of this criterion leaves an adequate number
of firms therein for consideration; (f) Volume of work previously
awarded by Department of Defense during the previous 12 months with the
object of effecting an equitable distribution of contracts among
qualified A-E firms, including minority firms and firms that have not
had prior Department of Defense Contracts. 4. Submission Requirements:
See Notes 24 and 25 for general submission requirements.
Architect-Engineer firms meeting the requirements set forth in this
announcement are requested to submit completed Standard Form 254,
Architect-Engineer and Related Services Questionaire and Standard Form
255, Architect-Engineer and Related Services Questionaire for Specific
Projects and any supplemental data which documents the firm's
specialized qualifications. SF 254 and SF 255 forms were revised
(Revision 11-92) by Federal Acquisition Circular 90-16, effective 19
February 1993). The previous Revision 10-93 of these forms is obsolete
and will not be used. Only the 11-92 edition of these forms will be
accepted. Interested Architect-Engineer firms must ensure that current
SF 254 and SF 255 are on file with or furnished not later than the
close of business on the 30th day after the date of this announcement
to the following address: USPFO for Wisconsin, ATTN: Contracting
Office, 8 Madison Boulevard, Camp Douglas, Wisconsin 54618. If the 30th
day is a Saturday, Sunday or Federal Holiday, the deadline is the close
of business of the next business day. Submittals received after this
date and time will not be considered for selection. No other general
notification to firms under consideration for these services will be
made and no further action is required. For subcontracting and teaming
opportunities, please contact U.S. Small Business Administration,
Milwaukee Branch, ATTN: Michael Kiser, 310 West Wisconsin Avenue, Suite
400, Milwaukee, Wisconsin 53203 (414) 297-1094. This is an unrestricted
procurement. This is not a request for proposal. (199) Loren Data Corp. http://www.ld.com (SYN# 0029 19950719\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|