|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 12,1996 PSA#1549U.S. Property and Fiscal Office for Georgia, ATTN: PFO-PC, P.O. Box
17882, Atlanta, Georgia 30316-0882 C -- ARCHITECT AND ENGINEERING SERVICES Contact Point, Tommy Dorsey,
Contract Specialist, 404/624-6209, COL David S. Kenemer, Contracting
Officer, 404/624-6340. Architect & Engineer Service Contract to provide
Type ``A'', ``B'' and optional ``C'' Services for design of a B-1 AGE
and Munitions Trailer Maintenance Complex, for the 116 Bomber Wing,
Robins AFB, Georgia. The B-1 AGE and Munitions Trailer Maintenance
Complex consists of a 17,600 SF AGE Shop Maintenance and Storage
Facility and 5,000 SF of Covered Storage. The design includes but is
not limited to Utilities, Pavements, Site Improvements, and Shop &
Administrative Space. (1) Option 1, Type ``A'' Investigative Services,
to include all but not be limited to making field investigations,
observations, testing, studies and producing alternative site and
floorplan proposals; (2) Option 2, Type ``B'' Design work to include
detailed drawings, specifications and cost estimate based on the
conceptual solution selected from the Type ``A'' Services; (3) Option
3, Type ``C'' Construction Inspection Services, which will include the
review of Material Submittals and Shop Drawings, may also be required;
(4) Option 4, Code and Criteria Review conducted at 6-9 month intervals
between design completion and construction bid. Services shall be done
in accordance with a Government prepared Statement of Work for each
option. Significant evaluation factors and relative order of importance
as applicable to this project are: (1) Professional qualifications
necessary for satisfactory performance of required services;
(architectural, mechanical, electrical, civil). The organizational
structure of the design team must have qualified engineers in each of
the different disciplines. An organizational chart shall show the chain
of command for the technical and management review and indicate the
person(s) responsible for decision making. (2) Specialized experience
and technical competence in the type of work required and in designing
similar projects. (3) Capacity to accomplish work in the required
time. (4) Past performance on contracts with Government agencies and
private industry in terms of cost control, quality of work, and
compliance with performance schedules; (5) Location in the general
geographical area of the project and knowledge of the locality of the
project, provided and application of this criterion leaves an
appropriate number of qualified firms given the nature and size of the
project. (6) Demonstrated success in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design. (7) Acceptability under other appropriate evaluation
criteria. Specifically, the volume of work previously awarded by the
Department of Defense to the firm, with the object of effecting
equitable distribution of contracts among qualified Architect-Engineer
(A-E) firms, including minority-owned firms or firms that have not had
prior Department of Defense contracts. The estimated construction cost
of the proposed project is between $1,000,000 and $5,000,000. Firms
desiring consideration shall submit Standard Form 254 and 255 to the
United States Property & Fiscal Office for Georgia, Attn: Contracting
Section, Tommy Dorsey, Post Office Box 17882, 935 E. Confederate Ave.,
SE, Building 3, Room 143, Atlanta, Georgia, 30316 not later than close
of business on 16 April 1996. Firms with more than one office must
distinguish, by discipline (in block 4, SF 255), between the number of
personnel in the firm. Firms must indicate in block 7 of the SF 255
each key person's office location. Firms short listed by a
pre-selection board will be contacted by phone about their ability to
meet the evaluation factors. This is not a Request for Proposal. This
project is UNRESTRICTED. (068) Loren Data Corp. http://www.ld.com (SYN# 0021 19960311\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|