|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,2000 PSA#2576Department of the Air Force, Air Force Space Command, 50CONS (T-66), 66
Falcon Parkway, Ste 49, Schriever AFB, CO, 80912-6649 C -- DESIGN OF MISCELLANEOUS OPERATIONS AND MAINTENANCE PROJECTS, AND
FOR OTHER SUPPORTING SERVICES AT ONIZUKA AIR FORCE STATION (OAFS),
CALIFORNIA. SOL Reference-Number-A-E00001-OZ DUE 050700 POC Anne
Tomlin, Contract Specialist, Phone (719)567-3457, Fax (719)567-3438,
Email anne.tomlin@schriever.af.mil -- Anne Tomlin, Contract Specialist,
Phone (719)567-3457, Fax (719)567-3438, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Number-A-E00001-OZ&LocID=887. E-MAIL: Anne Tomlin,
anne.tomlin@schriever.af.mil. COMMERCE BUSINESS DAILY ANNOUNCEMENT
Architect-Engineering (A-E) services are required for design of
miscellaneous operations and maintenance projects, and for other
supporting services at Onizuka Air Force Station (OAFS), California. An
open-end, Indefinite Delivery/Indefinite Quantity (IDIQ) contract will
be issued for a period of one year with the option to extend for two
additional years. Projects will be issued to the A-E by negotiated
firm-fixed price delivery orders as the need arises during the contract
period. Each delivery order shall not exceed $299,000, with the
exception of the initial delivery order, which may exceed that amount.
Cumulative amounts of all delivery orders shall not exceed $499,000
per year. Delivery orders will be issued from time to time, as the need
arises, during the contract period. A minimum of $5,000, only, in fees
will be guaranteed to the A-E for the basic contract and each of the
option years, if exercised. Contract award is anticipated in March
2001. Services will be performed for OAFS, (predominately), other Air
Force Space Command installations (infrequently) or one of the
following CONUS sites: Camp Parks communications Annex, Pleasanton, CA:
Moffett Federal Airfield, Mountain View CA. Mechanical and Electrical
are the lead disciplines for this contract, however, other disciplines
will generally be required depending on the scope of the individual
projects. Other disciplines will likely include, but are not limited to
the following: civil, structural, architecture, landscape architecture
and urban/regional planning and programming. Subcontractors, outside
associates or consultants can provide these disciplines. Design
services required will primarily be in construction with maintenance,
repair and minor construction type projects, including preparation of
drawings and specifications. Various types of services such as
investigation, inspection, studies, reports, and cost estimates may
also be required as they relate to project designs and studies.
Projects may include various combinations of disciplines. Project
leaders must be registered architects, engineers or certified community
planners. Landscape architecture shall stress xeriscape principles. In
addition, the A-E must be able to write Hypertext Markup Language
(HTML) to create Internet web sites for development of OAFS standards
for construction, remodeling, landscaping, etc. Note: Preparation of
planning and construction programming documents may require access to
sensitive and classified materials. The A-E, therefore, is required to
obtain and maintain SECRET security clearance for personnel
responsible for planning and programming functions per DoD security
requirements. Firms desiring consideration are requested to submit
Standard Forms (SF) 254 and 255 along with a cover letter addressing
each of the following factors, which will be used as the basis for
selection. Significant evaluation factors, in order of relative
importance, are as follows: (1) Professional qualifications of the
staff to be assigned to the projects(s), including qualifications and
experience of subcontractors/consultants. Evaluation will include
consideration of the type and quality of projects the staff has been
involved with and their ability to provide innovative and imaginative
solutions. (2) Recent specialized experience in the area of interior
and exterior facility renovation and office remodeling: Mechanical, and
Electrical Engineering. Evaluation will include consideration of prior
design projects completed by the firm, and how the construction
management went and how well the completed facilities are functioning.
(3) Capacity to accomplish the work in the required time frame. A
determination that the firm has the resources to perform the work. (4)
Past performance of work on other Department of Defense (DOD)
contracts and other contracts, both government and private in terms of
cost control, quality of work, and compliance with performance
schedules. Evaluation will consider recognition of projects and/or
designs through award programs. (5) Location in the general
geographical area of the projects and knowledge of the locality of the
projects, which are at Onizuka Air Force Station and vicinity. (6)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
(7) Volume of work previously awarded by Onizuka AFS and other DOD
awards, with the object of effecting an equitable distribution of DOD
A-E contracts among qualified A-E firms. (8) The A-E firms chosen from
the pre-selection process will be required to perform a proposal on a
sample project during the final selection process. Note: Firms must
list, in tabular format, all expected subcontractors, outside
associates and consultants, to include: a list of projects jointly
worked with the firm during the last three years and a list of
references with points of contact to include phone numbers. Responses
and submittals must be received at the contracting office as an
attachment to the Standard Forms 254 and 255. This is not a request for
proposal. Cover letters and unnecessarily elaborate brochures or other
presentations beyond those sufficient to present a complete and
effective response are not desired. Submittal by fax will not be
considered. Failure to complete the listed standards forms, provide the
additional information requested, or provide such information and
submittals within the specified time, shall result in disqualification
of the firm. All responsible firms may submit statements, which shall
be considered for award. Responses and submittals must be made no
later than 4:00 p.m., Mountain Standard Time, thirty (30) calendar days
from the date of this announcement to 50 CONS/LGCA, Attn: Mike
Wittkopf, 300 O_Malley Ave, Suite 49, Schriever AFB, CO 80912-3049.
Posted 04/07/00 (D-SN442364). (0098) Loren Data Corp. http://www.ld.com (SYN# 0019 20000411\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|