|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,2000 PSA#2540Department of the Air Force, Air Combat Command, 65 CONS, 65 CONS/LGC,
Lajes Field, Azores APO, AE, 09720 C -- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER TITLE
1 SERVICES SOL F61040-00-R0004 POC Maria Meneses, Contract
Administrator, Phone 011 351 295 540100 ext 21483, Fax 011 351 295
540100 ext 23758, Email maria.meneses@lajes.af.mil WEB: Visit this URL
for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F61040-00-R00
04&LocID=941. E-MAIL: Maria Meneses, maria.meneses@lajes.af.mil.
Services are required for an Indefinite Delivery Indefinite Quantity
Architect-Engineer TITLE 1 services at Lajes Field, Azores, Portugal to
include a broad variety of maintenance, repair, alteration and new
construction projects. Projects will require multi-discipline
engineering services, which entail primarily commercial-industrial
facilities. The scope of services shall include, but are not limited
to, site visits, investigation, surveying, studies, reports,
assessments, development and recommendation of alternatives,
calculations, measurements, inspections, product research, construction
drawings, specifications and cost estimates. Familiarity with U.S.
national building, structural, mechanical, plumbing, electrical, fire
and life safety codes and Uniform Federal Accessibility Standards is
required. Familiarity with DoD and Air Force manuals, pamphlets, and
regulations and design standards is desired, but not required.
Expertise in the following disciplines is required: architecture;
civil, structural, electrical and mechanical engineering; landscape
architecture; planning and interior design. Subspecialties including
pavement evaluation and design, roof evaluation and design, electrical
power generation and distribution, fire detection and protection
system evaluation and design, life safety studies and/or environmental
aspects of infrastructure systems are desired. The A/E may be required
to produce designs for asbestos and lead abatement, containment and
remediation. The intent is to select one or more Architect-Engineer
firm(s) from this single solicitation. Each contract will be
accomplished by individually negotiated, firm-fixed-price delivery
orders. The contract will cover a one-year basic ordering period with
four one-year option periods. The minimum amount is $5,000 for the
basic contract year. The minimum amount for each subsequent option year
is $5,000. The maximum amount for each contract year (basic and each
subsequent option) is $400,000. Evaluation factors, listed in order of
importance are: 1. Demonstrated ability and recent specialized
experience in performing A/E designs for commercial and industrial
facilities (projects in both DOD and private sector) in the disciplines
listed above. Recent is defined as either current projects or projects
completed within the last three years. 2. Professional Capabilities --
Professional qualifications and specialized experience of the prime
firm staff, and consultants/subcontractors, if applicable, to be
assigned in direct support of this work. Structure of team if one or
more disciplines outlined above is delivered by a source outside the
prime firm (subcontractor, consultant, etc). 3. Past performance of A/E
services (projects in both DOD and private sector) in terms of cost
control, innovative approaches/methods, compliance with performance
schedules quality of work and cost estimate accuracy. Provide
information only for projects currently 65% or more designed or
completed during the past three (3) years. 4. Awards won in the past 3
years for innovative designs from nationally recognized organizations
including the salient features of the design 5. Capability for
electronic product delivery (e-mail, FTP site, internet access, etc) 6.
Professional capacity and resources to accomplish work with accelerated
turnarounds. Specifically whether the surge capability is in-house or
subcontracted. 7. Demonstrated knowledge and application of sustainable
design principles, including prescribing the use of recovered materials
and achieving waste reduction and energy efficiency in site, facility,
and landscape design. 8. Volume of DOD projects previously
accomplished in last two years 9. Accessibility to Logan International
Airport in Boston and John F. Kennedy Airport in New York City Only
firms with AutoCAD Computer Aided Design and Drafting capability and
Microsoft Office software suite capabilities will be considered.
Responses must be postmarked within 30 days of the date of this issue.
The Standard Industrialization Classification code (SIC) is: 8712.
Cover letters and unnecessarily elaborate brochures or other
presentations beyond those sufficient to present a complete and
effective response are not desired. Interested firms must submit SF 254
and 255 (to include any consultant/subcontractor firms included in
evaluation factor 2) to the 65th Contracting Squadron (65 CONS/LGCC)
Bldg T-615, Room 201, Unit 7775, APO AE 09720 ATTN: Mrs. Maria F.
Meneses. This is not a request for proposal. Posted 02/16/00
(D-SN425827). (0047) Loren Data Corp. http://www.ld.com (SYN# 0025 20000218\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|