|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1996 PSA#1531HQ Electronic Systems Center, Operational Contracting Division
Construction Branch (PKOC), 104 Barksdale St., Hanscom AFB, MA 01731 C -- FY 96/97 INDEFINITE DELIVERY INDEFINITE QUANTITY OPEN END
ARCHITECT ENGINEER CONTRACTS, HANSCOM AFB, MA SOL F19650-96-R0052 DUE
053196 POC Donna Lucas, Contract Specialist, 617-377-2572. Dan Grejdus,
Contracting Officer, 617-377-2369. This is a synopsis for FY 96/97 Open
End A&E IFIQ's for multi-discipline firms: This will be an indefinite
delivery indefinite quantity contract for architect engineering
services with a guaranteed minimum amount of $5,000, a maximum fee of
$500,000 per year and an individual delivery order maximum of $299,000.
The Government reserves the right to make multiple selection of firms,
with the intent to select four multi-discipline firms specializing in
civil, mechanical (including energy and controls expertise) and
environmental type projects. The estimated start date for contract is
May 1996, extends for one year with the possibility of a one year
option. The contracts will require complete architectural-engineering
services for various architectural, structural, mechanical, electrical,
civil, sanitary and environmental minor construction, repair,
maintenance and alterations projects at Hanscom Air Force Base and/or
surrounding Federal entities that are the responsibility of the 66th
Civil Engineering Squadron at Hanscom AFB (e.g. Sagamore Hill, Cape Cod
Air Force Station etc.). The scope of the individual delivery orders
can vary extensively and may include topographical surveys,
environmental studies, investigatory and specialized facilities,
military family housing repairs etc. The target construction costs on
each of these design projects can range in magnitude from $100,000 to
$3,000,000. Work consists of furnishing all architect-engineer services
(architectual, asbestos, civil, construction inspection, controls,
energy, drafting (manual and CADD), electrical, environmental,
mechanical and surveying to perform complete Title 1A investigatory,
Title 1B design, Title II construction inspection services and other
services. These include but are not limited to: studies, reports,
renderings, presentation boards, site investigation with building field
survey, asbestos survey, topographic survey, testing, calculations,
complete design drawings and specifications, cost estimates, economic
analysis, energy analysis, construction phasing etc. The A&E must
demonstrate the capability within its office to provide CADD drawing
files in Integraph Corporations' Microstation version 5.0 format which
is the CADD system in use by the 66th Civil Engineering Squadron. The
following are the significant factors for evaluation (in order of
importance): a. Past experience of the firm with respect to similar
level and types of project work as that anticipated by the 66th Civil
Engineering Squadron in the next two years. Anticipated projects are
primarily complete building renovations, major HVAC repairs, energy
saving projects, environmental projects, and some utility work. b.
Specialized experience of the individual members of the firm with
respect to similar level and types of project work as that anticipated
by the 66th Civil Engineering Squadron in the next two years. c.
Availability of multiple disciplines within the firm, subcontracting
for asbestos and geotechnical work is expected. d. Ability to provide
CADD drawing files in Microstation format. e. Professional
qualifications of the individuals listed. f. Location of the firm. g.
Quality of work based on past performance. References and literature on
past performance should be included. h. Provide current workload and
total workload capability of individuals listed in item ''e.'' above.
This will allow the Government to determine the availability of
experienced personnel during the performance period of the contract. i.
Ability to adhere to schedules. Literature should be included to
demonstrate the firms ability to meet scheduled deadlines. j. Ability
to perform asbestos testing and subsequent construction documents. k.
Previous experience with the Department of Defense. l. Minority and/or
women owned business consideration if applicable. See Numbered
Note(s): 24. (0043) Loren Data Corp. http://www.ld.com (SYN# 0014 19960213\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|