|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23,1998 PSA#2207OC-ALC/PKOEC, 7858 5TH ST STE 1, TINKER AIR FORCE BASE OK 73145-9106 C -- ARCHITECT-ENGINEER SERVICES SOL F34650-99-R-0003 DUE 111298 POC
For copy, Cindy Hammack/Pkoec/[405]739-4183, For additional information
contact Cindy Hammack/Pkoec/[405]739-4183 Architectural-Engineering
Services are required for the preparation of complete detailed designs,
studies, and/or inspections for environmental projects, maintenance,
repair, alteration, and new construction projects, or any combination
thereof. This requirement includes parametric estimating and
programming, development of plans, specifications and costs estimates
suitable for bidding and construction for various projects at Tinker
AFB, OK. These projects will be accomplished under Delivery Orders
written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ)
contract. The IDIQ contract will have an estimate maximum limitation of
$750,000 per period with one (1) basic plus four (4) one year option
periods for a not to exceed limit of $3,750,000 for the entire period
of the contract. The maximum delivery order amount is $299,000. The
guaranteed minimum for the contract is $10,000. The firm selected for
this contract will have to be multi-disciplined as projects under this
contract include renovations of existing buildings, additions to
existing buildings, some new construction and facilities associated
with those structures (utilities, parking facilities, etc). Demolition
of some existing structures may be necessary and the demolition may
involve removal of asbestos. The services required for these projects
will emphasize mechanical and electrical with multi- disciplined
capabilities to include civil, architectural, structural,
environmental, landscape architect and interior design with associated
drafting requirements. Cost estimators and specification writers are
also required. Field investigations and interior design will be
required for some delivery orders. Surveying, geo-technical services
may be required. The design services shall be accomplished by an
architect or engineer registered to practice in the particular
professional field involved, in a state or possession of the United
States, Puerto Rico, or the District of Columbia. A certified
industrial hygienist, when required, or registered professional
engineer having environmental expertise shall be consulted for the
design of environmental projects. All projects accomplished under this
contract must be designed in accordance with the Base Architectural
Compatibility Plan and local environmental laws and regulations. All
project final construction drawings shall be delivered in printed form
and machine-readable media in accordance with Corps of Engineers
guidelines as described in the AFMC CADD Standards Manual. Drawings
shall be produced in a format compatible with the following CADD
systems: Micro-station 32 on the UNIX platform, Micro-station PC on the
PC platform. Files submitted shall be in acceptable Intergraph format.
Translations from other CADD systems shall be 100% compatible with the
Intergraph format. Firms will be evaluated upon the following criteria.
Criteria numbers one and two are of equal importance and the others are
shown in descending order of importance. (1) Professional
qualifications necessary for satisfactory performance of required
services including professional registration of members of the firm and
outside consultants. The experince and training of key personnel on
staff of the AE firm will also be considered as well as the type and
quality of projects the staff has been involved with in the past to
include the staff's creativity. (2) Specialisted experience and
technical competence of the team proposed for this project (including
outside consultants) in related design areas of renovation, alteration
and new design of structures. Prior design projects completed by the
firm in the disciplines under consideration and how the completed
facilities have functioned will be considered. (3) Capacity to
accomplish the work in the required time. (4) Past performance on
contracts with Government agencies and private industry in terms of
cost control to include qualifications of key persons responsible,
quality of work, and process for compliance with performance schedules
to include key individual responsible. The list of previous contracts
should include the name and telephone number of the person who was the
point of contact representing the Government or private industry for
each contract. Any information pertaining to Air Force and other
recognized award programs will also be reviewed. (5) Location in the
general geographical area if the project provided there is an
appropriate number of qualified firms for consideration and knowledge
of the locality of the projects. (6) Volume of work previously awarded
the firm by Department of Defense (DOD) with the object of effecting
an equitable distribution of DOD A-E contracts among qualified firms,
including small and small disadvantaged business firms and firms that
have not had prior DOD contracts. (7) Demonstrated success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. Architect-engineer
firms which meet the requirements described in this announcement are
invited to submit completed SF 254, Architect- Engineer and Related
Services Questionnaire and SF 255, Architect-Engineer and Related
Services Questionnaire for Specific Project to Cindy Hammack, 7858 5th
St, Suite 1, Tinker AFB, OK 73145. All information relating to the
firm's qualifications must be contained in the Standard Forms.
Responding firms shall clearly indicate any subcontractors and/or
consultants. Any proposed teaming arrangements shall clearly state the
type of teaming arrangements. Firms responding to this announcement
NLT 3:00 PM, 11 Nov 98 will be considered. No other notification
concerning this requirement will be provided. This is not a request for
proposal. Specifications, plans, and bidders list are not available. A
solicitation will not be issued against this synopsis. Any mention of
the availability of the solicitation is system generated and should be
disregarded. See Note 24. The approximate issue/response date will be
21 OCT 1998. No telephone requests. Only written or faxed requests
received directly from the requestor are acceptable. All responsible
sources solicited may submit a bid, proposal, or quotation which shall
be considered. See Note (s) 24. Posted 10/21/98 (I-SN264186). (0294) Loren Data Corp. http://www.ld.com (SYN# 0008 19981023\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|