|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16,1998 PSA#222299th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063 C -- ARCHITECT-ENGINEERING SERVICES-IDIQ SOL F26600-99-R0103 DUE
121498 POC Brenda Wendling, Contracting Specialist, (702)652-9336:
Jacquelyn E. Buky, Contracting Officer, (702)652-2531 WEB: Click here
to access Nellis Home Page,
http://www.nellis.af.mil/units/99cons/constr. E-MAIL: Click here to
contact the Contracting Specialist, brenda.wendling@nellis.af.mil.
Architect- Engineer design services for architectural, civil,
structural, and multi-disciplined design services for residential,
commercial, and industrial facilities, activities, and systems at
Nellis AFB or Indian Springs AFAF NV and associated ranges. Work
includes the production of drawings, specifications, cost estimates,
and related documents as required to execute construction projects and
may include conducting studies, surveys, investigations, tests, and
economic analysis in support the design activity. Typical design work
generally involves (but is not limited to) building renovations,
alterations, and new construction with emphasis on architectural,
civil, and/or structural disciplines; specific projects may also
include some mechanical, electrical or other type discipline. At the
Government's option, Title II services may be required. These services
will include such items as interface with construction contractor and
on-site reviews by architects and/or engineers to ensure construction
contractor's implementation of A-E design and assurance of correct
"as-built" drawings by A-E upon construction completion. The estimated
dollar value of each project may range from $5,000 to $299,000. The
contract will have an annual maximum cumulative fee of $750,000 with a
minimum of $5,000 for the basic year. Performance shall be for one
year with the potential of an additional four-years awarded as one-year
option periods. Multiple indefinite-delivery, indefinite-quantity
(IDIQ) type contracts may be established through this announcement.
Submittals received after the date and time specified will not be
considered. The evaluation criteria for selection, in descending order
of importance, are: (1) Professional Qualifications; (2) Specialized
Experience and technical competence in the design of architectural,
civil, and structural projects; (3) Availability of experienced
in-house personnel and the capability to accomplish designs in a normal
2-3 month timeframe; (4) Past performance on contacts with Government
and private agencies in terms of (a) cost control and cost estimating
ability as demonstrated by comparison of cost estimates to low bids,
(b) the quality of work as well as the quality control program used to
ensure accuracy by number of addenda and change orders required, and
(c) compliance with design schedules; (5) Capability to produce (a)
drawings in a minimum of AutoCAD 14.0, (b) MASTERSPEC Specifications in
MS Word 7.0, and (c) cost estimates in MS Excel 7.0; (6) Geographical
locations and knowledge of applicable federal, state, county, and local
codes; (7) Volume of work previously awarded by DOD with the object of
effecting an equitable distribution of DOD A-E contracts among
qualified A-E firms; and (8) Demonstrated success in prescribing the
use of recovered materials and achieving waste reduction and energy
efficiency in facility design. The proposed contract is a 100 percent
small business set-aside. The applicable Standard Industrial Code (SIC)
for this acquisition is 8712 with a small business size standard of
$2.5 million. Offers from other than small business concerns are not
solicited. Interested firms meeting the requirements of this notice
must submit two copies of a SF Form 254 and SF Form 255 for the prime
firm and each proposed consultant. The submittal must be received in
this office no later than 4:00 p.m. Pacific Time on the 30th calendar
day after the date of appearance of this announcement. Should the date
fall on a weekend or holiday, the submittal package will be due on the
first workday thereafter. Once selection of the most qualified A-E
firms has been made, solicitations will be issued electronically to
those firms. Note: Any prospective contractor must be registered in the
Central Contract Registration (CCR) in order to be eligible for award.
Registration requires applicants to have a DUNS number. Registering
may take up to 3 weeks to process. Recommend registering immediately in
order to be eligible for timely award. All replies to this announcement
must be in writing and include a street address, nine-digit zip code,
point of contact, and phone number. This is not a request for proposal.
See numbered Notes 1 and 24. Posted 11/12/98 (W-SN270919). (0316) Loren Data Corp. http://www.ld.com (SYN# 0021 19981116\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|