|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1999 PSA#2265USPFO for South Dakota, 2823 W Main, Rapid City, SD 57702-8186 C -- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT/ENGINEER
SERVICES POC Lt Col David Holman, Base Civil Engineer (605/988-5785) or
CPT Scott Petrik, Contract Specialist (605/399-6738) This will be an
Indefinite Delivery Indefinite Quantity Architect/Engineer (A/E)
Contract under which specific delivery orders will be negotiated and
issued. Required A/E Services may include investigative services,
design services and inspection and testing services, at the option of
the Government. The maximum fee for any one delivery order shall not
exceed $300,000.00 unless the thresholds are modified by the National
Guard Federal Acquisition Regulation during the contract period or any
option years. The cumulative amount for all delivery orders shall not
exceed $1,500,000 per year and $7,500,000 for the life of the
contract. Past history indicates that against DAHA39-95-D-0001 (base
year + 1 option year) approximately $24,656.02 was awarded in delivery
orders and against DAHA39-98-D-0001 (base year + 1 option year) the
amount awarded to date is approximately $63,241.84. The minimum amount
of the contract will total at least $5,000.00. The contract will be in
effect for one year from date of award,with Government option to extend
the term of the contract on an annual basis for four additional years.
The total duration of the contract, including any options, shall not
exceed five years. Selected firm must maintain a minimum amount of
insurance, as required by the contract, throughout the duration of the
contract. This is an unrestricted procurement. This is not a request
for a price proposal. The type of work for the proposed Indefinite A/E
may include, but is not limited to; a) Repair/replacement of hangar
doors, b) Window replacement, c) Parking lot development, d) Interior
and exterior building modifications including structural, mechanical
and electrical work. Significant evaluation factors in relative
importance to the Government are: (a) Professional qualifications
necessary for satisfactory performance of a wide range of services by
at least one person in the disciplines of; (1) Electrical Engineering,
(2) Mechanical Engineering, (3) Architecture, (4) Structural
Engineering, (5) Civil Engineering and (6) Fire Protection Engineering.
(b) Specialized experience and technical competence of the in-house or
consultant firm in design of minor construction, alteration,
maintenance and repair of facilities similar to those of the South
Dakota Air National Guard. (c) Capacity to accomplish the work in the
required time as evidenced by the current workload as well as
availability (not related to location) of key personnel to design
projects at any time. (d) Past performance on contracts with Government
agencies and private industry in terms of cost control, quality of work
and compliance with performance schedules to be supported with
submittals to include, but not be limited to the following; (1) Project
Name, (2) Owner Name and Telephone Number, (3) Pre-bid Cost Estimate,
(4) Pre-bid Estimate for Completion Time, (5) Original Contract Amount,
(6) Number of Change Orders due to (i) Design Deficiency, (ii) Owner
Requested, (7) Final Contract Amount, (8) Actual Completion Date, (9)
Letters of Recommendation/Commendation. (e) Location of the main or
branch office, with whom the contract will be signed with respect to
that firm's proximity to Sioux Falls, SD. (f) Demonstrated success in
prescribing the use of recovered materials and achieving waste
reduction and energy efficiency in facility design. The successful A/E
is expected to provide Autocad products and cost estimates in the
Microsoft Excel format. The successful A/E will be ineligible to
compete for A/E design contracts for any project(s) which he assisted
in developing the project book and/or the statement of work while under
the indefinite delivery contract. Please note that, where the above
evaluation factors differ from those listed in Note 24 of this
publication, in terms of both content and priority the evaluation
factors as listed above take precedence for this project. A/E firms
which meet requirements described above are invited to submit a
completed SF254 and SF255, Architect/Engineer and Related Services
Questionnaires (specific to this project) to Lt Col David Holman, Base
Civil Engineer, South Dakota Air National Guard, Joe Foss Field Bldg
#47, PO Box 5044, Sioux Falls, SD 57117-5044 by close of business 19
February 1999. See numbered Note 24. Posted 01/15/99 (W-SN288441).
(0015) Loren Data Corp. http://www.ld.com (SYN# 0017 19990120\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|