|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1996 PSA#15676 CONS/LGCC, 2606 Brown Pelican Ave, MacDill AFB, FL 33621-5000 C -- OPEN-END CONTRACTOR FOR ARCHITECTURAL SERVICES, MACDILL AFB, FL
SOL F08602-96-RA077 DUE 051596. POC Debra K. Parent (813) 828-3815
x346. Open-End Contract for Architectural Services with related
Engineering, MacDill AFB and Avon Park AFR, Florida. Services will
include preparation of plans and specifications, construction cost
estimates, construction time estimates, renderings, various studies and
reports, site investigations, and verification of as-built drawings.
Construction management services may be also be required. Work will be
for MacDill AFB and Avon Park AFR, Florida. An open-end contract will
be awarded for a period of one year with one option year. Projects
will be issued to the contractor by delivery order. Delivery orders,
with the exception of the initial, will not exceed $299,000. Cumulative
amounts of all delivery orders will not exceed $750,000 per contract
year. The Government reserves the right to select more than one firm
from the respondents to award a contract. Participation of
minority-owned businesses is encouraged. Architect/Engineer firms which
meet the requirements described in this announcement and desiring
consideration shall submit appropriate data as described below no later
than 15 May 1996, 4:30 PM EST. THIS IS NOT A REQUEST FOR PROPOSAL.
Considerations for selection in priority order are as follows: 1.
Specialized experience in DoD open-end contracts for projects valued at
$10,000 to $500,000. 2. Professional qualifications of key personnel.
3. Professional capacity to complete projects within required time. 4.
Past performance of the firm on DoD and other contracts. 5. Location
of the firm in the general geographic area of MacDill AFB (Note: Only
companies with a local design office within a 30 mile radius of MacDill
AFB will be considered. Capabilities of this local design office will
be a primary consideration for selection, therefore such local
capabilities and experience should be clearly distinguished from
possible qualifications of the firm based on other than the local
office.) 6. Volume of recent DoD contracts. 7. Cost control
effectiveness based on recent competitively bid contracts. (Provide a
chair or bid abstracts with your cost estimates compared with the low
bid.) 8. Full time construction inspection capability.
Architect-Engineer firms which meet the requirements described in this
announcement are invited to submit a Standard Form 254,
Architect-Engineer and Related Services Questionnaire and SF 255,
Architect-Engineer and Related Services Questionnaire for Specific
Project. Submittals should be limited to SF 254 and SF 255 and should
be as concise as possible, no more than 20 pages total. Elaborate
brochures are discouraged. Only one copy of the submittal is required.
Firms responding to this announcement before the closing date will be
considered for selection, subject to the limitation on geographic
location. Following an initial evaluation of the qualification and
performance data submitted, three firms considered to be the most
highly qualified to provide the type of services required, will be
chosen for negotiation. (092) Loren Data Corp. http://www.ld.com (SYN# 0021 19960404\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|