|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 28,1999 PSA#2442Department of the Air Force, Air Force Materiel Command, SMC -- Space
& Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA,
90245-4659 C -- ARCHITECT-ENGINEERING (A/E) SERVICES FOR DESIGN (TITLE I, TYPE A
AND TYPE B SERVICES) AND INSPECTION (TITLE II, TYPE C SERVICES) SOL
F04693-99-R-0021 DUE 102399 POC Anthony Torres, Primary POC, Phone
310-363-5112, Email anthony.torres@losangeles.af.mil -- Lavern Wirrie,
Secondary POC, Phone 310-363-5083, Email
lavern.wirrie@losangeles.af.mil WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=F04693-99-R-0
021&LocID=901. E-MAIL: Anthony Torres,
anthony.torres@losangeles.af.mil. Space and Missile Systems
Center/Operational Contracting Division (SMC/PKO) is seeking interested
sources for competitively awarding up to three individual Indefinite
Delivery/Indefinite Quantity (IDIQ) contracts for Architect-Engineering
(A/E) Services for Design (Title I, Type A and Type B Services) and
Inspection (Title II, Type C Services) for infrastructure maintenance,
repair, alterations, new construction projects, studies, surveys, and
engineering evaluations of various facilities located at Los Angeles
Air Force Base (LAAFB), California and/or sites operated by LAAFB. The
contracting officer may elect to award up to three contracts from this
single synopsis. Each contract will have a one year basic ordering
period from the date of award plus four one year option periods. The
Government may issue delivery orders during the term of the contract
within the maximum aggregate value of fees stated in each contract.
Delivery Orders will be firm-fixed-price and may be issued on an
as-required basis for one year from the award date of the contract with
a four one year option periods remaining. Each delivery order will not
exceed $299,000 in fees. Total fees of $25,000 are guaranteed only in
the basic year of each contract. Total fees under each contract shall
not exceed $750,000 for any one year or option period. Required
engineering disciplines include architectural, structural, mechanical,
electrical, civil, fire protection, landscape design, and interior
design. Work shall include but is not limited to design development of
plans, drawings, specifications, and cost estimates for contract
accomplishment, studies, investigations, and training. Selected firms
must also have the capability to perform asbestos surveys/testing and
the ability to develop designs for asbestos abatement components of
assigned projects, if required. In addition, the firms shall have
general knowledge of, or experience with, environmental and safety
regulations applicable to construction contracting. Each successful
firm must havethe capabilities to perform a majority of the contracted
services using its in-house personnel. There are three specific
engineering disciplines desired for each individual contract, with the
strongest desired discipline first and all other disciplines second.
The A&E firms sought shall meet one of the following three
requirements: (1) A Full Service A/E Firm specializing in (or having
strength in) Architectural Services and shall have capabilities to
provide services of licensed professionals in all other disciplines
described herein. They shall be able to provide presentation drawings,
special studies including planning, architectural renderings, and
finish-sample-boards. They shall also be able to provide services of
licensed civil and structural engineers. (2) A Full Service A/E Firm
specializing in (or having strength in) Mechanical Engineering and
shall have capabilities to provide services of licensed professionals
in all other disciplines described herein. (3) A Full Service A/E Firm
specializingin Electrical Engineering and shall have capabilities to
provide services of licensed professionals in all other disciplines
described herein. Architect-Engineer firms which meet the requirements
described in this announcement are invited to submit: (1) a Standard
Form 254, Architect-Engineer and Related Services Questionnaire, (2) a
Standard Form 255, Architect-Engineer and Related Services
Questionnaire for Specific Project, and (3) any supplemental data to
the contracting office shown above. To request a copy of SF 254 and/or
SF 255, send a self addressed, stamped envelope to the contracting
office shown above. Firms having a current Standard Form 254 on file
with the SMC/PKO are not required to register these forms. Firms
responding to this announcement by the closing date will be considered
for selection, subject to any limitations indicated with respect to
specialized technical expertise, or any other requirement listed
herein. Following an initial evaluation of the qualification and
performance data submitted, three or more firms considered to be the
most highly qualified to provide the type of services for each
requirement listed above, will be selected for negotiation. Selection
of firms for negotiation shall be through an order of preference based
on demonstrated competence and qualifications necessary for the
satisfactory performance of the type of professional services required,
which include: (1) Specialized experience and technical competence in
renovation, upgrade, repair, and construction of commercial and
industrial facilities (specifically their supporting infrastructure
systems), to include maintenance, repair, and re-construction studies,
electrical distribution studies, fire protection system evaluations,
life safety studies, fire hazards analysis, indoor air quality surveys,
water pressure/flow analysis, water supply and conservation studies,
unforeseen infrastructure studies, studies for various infrastructure
areas such as corrosion control, radio fire alarms, direct digital
controls, androof surveys; (2) Professional qualifications necessary
for satisfactory performance indicated by education, experience,
registration and management ability of personnel to be assigned to this
contract. Based on anticipated requirements, firms must indicate their
professional capabilities and staff availability in the areas of civil
engineering, electrical engineering, mechanical engineering, fire
protection engineering, estimating, specification writing, construction
inspection, and drafting support; (3) Capacity of the firm to
accomplish delivery orders in the time required during the entire
contract period; (4) Past performance on contracts with respect to cost
control, quality of work, and compliance with performance schedules;
(5) Geographical location of the firm from Los Angeles AFB, El Segundo,
CA, in a range of within 40 miles, between 40 and 100 miles, and beyond
100 miles, with knowledge of the locality of the project, provided that
application of the criterion leaves an appropriate number of qualified
firms, given the nature and size of the project; (6) Experience of the
firm with respect to architect-engineer service on primarily Department
of Defense contracts (with less weight given to performance on
contracts with private industry). In addition to the above, special
qualifications (SIC 8712) in the Department of Defense (DOD) include
the volume of work previously awarded to the firm by the DOD, with the
object of affecting an equitable distribution of DOD
architect-engineer contracts among qualified architect-engineer firms
including, but not limited to, small and small disadvantaged business
firms, and firms that have not had prior DOD contracts. Firms desiring
consideration must submit 2 copies of Standard Forms 254 and 255
within 30 calendar days from the date of issuance of this notice. Small
Business firms are encouraged to participate. Reference Solicitation
Number F04693-99-R-0021. Responses must be received at Space and
Missile Systems Center, Operational Contracting Division (SMC/PKOK),
400 N. Douglas St., Suite 212E, Los Angeles AFB, El Segundo, California
90245, to be considered for selection. THIS IS NOT A REQUEST FOR
PROPOSAL. The government will not recognize costs associated with
preparation and submittal of Standard Forms 254 and 255. Posted
09/24/99 (D-SN384182). (0267) Loren Data Corp. http://www.ld.com (SYN# 0014 19990928\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|