|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1999 PSA#2291United States Air Force, Air Education and Training Command,
Specialized Contracting Squadron, Randolph AFB, TX, 2021 First Street
West, Randolph AFB, TX, 78150-4302 C -- C -- ARCHITECT AND ENGINEERING, CONSTRUCTION MANAGEMENT AND
INSPECTION SERVICES SOL F41689-99-R-00XX DUE 030899 POC Anita
Maldonado, Contracting Officer, Phone 210-671-1190, Email WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41689-99-R-0
0XX&LocID=467. E-MAIL: Anita Maldonado,
anita.maldonado@randolph.af.mil. Amendment to Synopsis -- Replace;
"Evaluation factors to be used in the selection are (1) -- -- ." --
ADD; "Evaulation factors, listed in relative order of importance, to be
used in the selection are (1) -- -- ." THE DUE DAY IS EXTENDED TO 1600
HOURS, 8 MARCH 1999. SYNOPSIS OF ARCHITECT-ENGINEER SERVICES, PMAC4 R
-- ARCHITECT-ENGINEERING. CONSTRUCTION MANAGEMENT AND INSPECTION
SERVICES. POC Anita Maldonado tel: 210/671-1194/ Quality Assurance
Inspection Services, facility condition assessment, and Management
Assistance for multiple Department of Defense (DOD) Commissary, Army
Air Force Exchange Service(AAFES), and Navy Exchanges & Lodges
construction projects located throughout the continental US and
Overseas. The group of construction projects to be managed/inspected
during the construction phases consists of significant additions and
alterations to existing DOD commissary stores, exchanges stores, and
lodges, the construction of new and some minor construction projects
involving store equipment changes and minor building modifications. The
Architect-Engineer contractor shall perform all services required for
surveillance and inspection during the process of construction to final
acceptance. Additionally the contractor shall provide schedule
management and technical advisory administrative support to Government
Contracting personnel. Services shall include full integrated
management of the multi-project program, utilizing a central "Core
Management Team," individual on-site construction inspectors for major
projects, and traveling inspectors for designated minor construction
projects, as well as area managers, technical support from the
contractor's home office, and a centralized computerized management
information system. Construction sites for Army, Air Force, Navy, and
Marine Corps store construction included in the Scope of Work are
located in: Alabama, Alaska, Arizona, Arkansas, California, Colorado,
Florida, Georgia, Hawaii, Louisiana, Maine, Maryland, Massachusetts,
Mississippi, Montana, New Jersey, New York, North Carolina, North
Dakota, Oklahoma, Pennsylvania, Puerto Rico, Rhode Island, South
Carolina, Tennessee, Texas, Utah, Virginia, and Washington State. Scope
of the projects to be managed range from minor construction projects to
major renovations and new stores ranging from 20,000 to 100,000 square
feet and include sales areas, warehouse, cold storage, meat/produce
processing areas, administrative areas, parking and service areas,
lodges, utilities, and landscaping with a construction cost range of
$200,000 to $45,000,000 each. Scope of the entire contract includes 61
projects at an aggregate construction cost ranging from $200-$350
million, and up to 80 facility assessments per year. Contract period
shall coincide with the construction contract periods with first
projects estimated to begin in early September 1999 and end in early
September 2003. The selected firm should have a team capable of
providing multi-disciplinary construction management services including
architecture, and mechanical (including refrigeration), electrical,
structural, civil, and environmental engineering. Screening of firms
will be based on the professional qualifications and experience
necessary for the successful performance of the services required.
Evaluation factors to be used in the selection are (1) specialized
experience in the field required (2) full time qualified construction
management capability, (3) professional qualifications of personnel
including consultants, (4) professional capacity of the firm to
accomplish work in the desired time frame, (5) past experience on DOD
and other contracts, (6) availability of key personnel (prime and
consultants), (7) volume of DOD work awarded in the previous 12 months,
and (8) firm demonstrated success in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design. Proximity is not a factor due to the varied projects
locations. Firms participating in the Defense Commissary design/build
projects currently under contract as member of a design team, are
ineligible in order to avoid conflict of interest. Firms desiring
consideration shall submit appropriate data to HQ DeCA/ENDD ATTN: C.
Davis, 2250 Foulois St Site 2, Lackland AFB, TX 78236-1039. Technical
questions should be addressed to HQ DeCA/ENDD/Charlie Davis, (210)
671-3305. Include SF Forms 254 and 255, A-E and related Services
Questionnaire for specific projects. Only the 11-92 edition or later of
the SF Forms 254 and 255 will be accepted. The total of all delivery
orders per year will not exceed $4,000,000 and total contract will not
exceed $16,000,000. Except for the initial order, no subsequent order
will exceed $900,000. The initial order may not exceed $ 3,500,000.
The A-E is guaranteed a minimum of $15,000 during the life of the
contract. The term of the contract shall be for one year with
separately priced options for three additional years contingent upon
waiver from AFFARS 5336.691(a), (b), and (f). Award of contract is
contingent upon authorization and is subject to availability for funds
(SAF). All responses received within 30 calendar days after this
publication will be considered for selection. No other general
notification to firms under consideration for this project will be made
and no further action beyond submittal of SF 254 and 255 is required.
As part of the evaluation process, the Government reserves the right to
hold interviews with all responders. The government further reserves
the right to conduct interviews in the San Antonio, TX area or by
telephone. This is not a RFP. Responses, including submission of SF
254/255 must be received within 30 days from the date of this issue to
be considered for selection. Responses should reference No.
F41689-R-00xx. Posted 02/24/99 (D-SN301941). (0055) Loren Data Corp. http://www.ld.com (SYN# 0018 19990226\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|