Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 28,1999 PSA#2442

Department 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