|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1996 PSA#152399th Contracting Squadron/LGCC, 5865 Swaab Blvd, Nellis AFB NV 89191-
7063 C -- ENVIRONMENTAL ARCHITECT-ENGINEER IDIQ SERVICES SOL
F26600-96-R-0185 POC SSgt Kris Walker, Contracting Specialist,
702/652-9113 or FAX 652- 2531. Environmental Architect-Engineer design
services for the preparation of environmental assessments and impact
statements, regulatory reports and applications of all associated
engineering services, with an emphasis on pollution prevention,
environmental protection and environmental damage remediation, and the
production of plans, specifications, cost estimates and related
studies and plans. Specific projects may require, but are not limited
to, environmental, archaeological, biological, economical, social
studies, civil, architectural, landscape architectural, structural,
mechanical, and electrical disciplines. The estimated dollar value of
each project may range from a minimum of $2,500 to a maximum of
$100,000. The minimum guaranteed fee is $5,000 with a maximum
cumulative fee limit of $300,000. Performance shall be for a period of
one year. One indefinite-delivery, indefinite-quantity (IDIQ) contract
may be established through this announcement. Submittals received after
the date and time specified will not be considered. The evaluation
criteria for selection, in descending order of importance, are (1) a
broad spectrum of professional capabilities; (2) specialized experience
with a record of adapting innovative technologies toward solution of
environmental problems; (3) capacity to complete projects with in-house
personnel; (4) recent performance on contracts with government agencies
and private industry in terms of (a) cost control and cost estimating
ability (as demonstrated by comparison of cost estimates with low bid
amounts), (b) the quality of work as well as the quality control
program used to ensure technical accuracy and discipline coordination
of reports, plans, and specifications, and (c) compliance with
performance schedules; (5) geographical location and knowledge of
codes, regulations, permits, and construction materials and practices
of the local area, provided that application of this criterion leaves
an appropriate number of qualified firms; (6) experience and capability
to use and provide AutoCAD (minimum release 12.0), Word for Windows
6.0, and Excel 5.0 deliverables, as applicable; (7) volume of work
previously awarded by DoD with the object of effecting an equitable
distribution of DoD A-E contracts among qualified A-E firms; and (8)
demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
The proposed contract is 100% restricted and set-aside for
participation by small business firms. The applicable Standard
Industrial Code (SIC) for this acquisition is 8712 with a small
business size standard of $2.5 million. Offers from other than small
business concerns are not solicited. Interested firms meeting the
requirements of this notice must submit two copies of a SF 254 and SF
Form 255 for the prime firm and each proposed consultant. The submittal
must be received in this office no later than 4:00 p.m. Pacific Time on
the 30th calendar day after the date of appearance of this
announcement. Should the date fall on a weekend or holiday, the
submittal package will be due on the first workday thereafter. All
replies to this announcement must be in writing and include a street
address, nine-digit zip code, point of contact, and phone number. This
is not a request for proposal. See Numbered Note(s): 24. (0031) Loren Data Corp. http://www.ld.com (SYN# 0014 19960201\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|