Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1996 PSA#1531

HQ 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